1309245497580_770-W-169-WA _05-11-12_15

54
Zone no.5/2011-12/ADEN-ASR . Signature of the tenderer/s Page 1 of 54 Signature of DEN/ Sr. DEN- Tender Document No.15/5/11-12 Northern Railway TENDER DOCUMENT Tender Notice No. 05/11-12 Dated 24.06.2011 Name of Work:15. Zone No.5 (2011-12) ADEN/ASR. All service buildings and residential buildings on DIW-ATT (including DIW, including ATT and excluding Amritsar but including Kot Khalsa colony no. 4) section in the section of SSE/W/ML/ASR under ADEN /ASR. Approximate cost Rs. 40,20,999/ Earnest Money Rs. 80,420/- Date of completion- 30.6.2012. Approx Cost : ` 40,20,999/- Date of opening : 08-08-2011 Office of the Divisional Rail Manager Northern Railway, Firozpur Cantt (Punjab) Start of Tender Document

Transcript of 1309245497580_770-W-169-WA _05-11-12_15

Page 1: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 1 of 54 Signature of DEN/ Sr. DEN-

Tender Document No.15/5/11-12

Northern Railway

TENDER DOCUMENT

Tender Notice No. 05/11-12 Dated 24.06.2011 Name of Work:15. Zone No.5 (2011-12) ADEN/ASR. All service buildings and residential

buildings on DIW-ATT (including DIW, including ATT and excluding Amritsar but including Kot Khalsa colony no. 4) section in the section of SSE/W/ML/ASR under ADEN /ASR. Approximate cost Rs. 40,20,999/ Earnest Money Rs. 80,420/- Date of completion- 30.6.2012.

Approx Cost : ` 40,20,999/- Date of opening : 08-08-2011

Office of the Divisional Rail Manager

Northern Railway, Firozpur Cantt (Punjab)

Start of Tender Document

Page 2: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 2 of 54 Signature of DEN/ Sr. DEN-

NORTHERN RAILWAY

I N D E X Sn Brief Description Page No.

1. Top sheet

3

2. Tender notice

4-6

3. Schedule for quoting rates

7-14

4. Schedule of items, rates & quantities

15

5 Tender Form (first sheet)

16

6

Special Tender Conditions and instructions to Tenderer/s

17-37

7 Documents required to be furnished alongwith the tenders failing which tender will be treated as incomplete (Annexure -A)

38

8 Supplementary agreement (Annexure-B)

39

9 Declaration (Annexure -C)

10. Constitution of the firm (Annexure-D)

40

11. Details of Plant and Machinery already available with the firm (Annexure–E)

12. List of engineers/personnel already available/ proposed to be employed for deployment on this work (Annexure –F)

41

13. Statement of works executed/completed by the contractors during last three years (Annexure -G)

14 Statement of works being executed/in hand by the contractor/s (Annexure-H)

42

15 Detail of contractual payment received in last three financial year and current financial year (Annexure-I)

43

16 Form of Electronic Clearing Service (Credit Clearing) (Annexure-J)

44

17 Guide lines for Joint Venture for tender costing more than `5.00 Crores (Annexure-K)

45-46

18 Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria-K2

47-50

19 Site Sketches (Annexure L) -

20 Special Conditions related to site data & specifications (Supply of cement)

51-54

Page 3: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 3 of 54 Signature of DEN/ Sr. DEN-

Tender Document No 15/05/11-12

TOP SHEET Tender notice No. 05/11-12 Dated:- 24-06-2011 1 Name of work:- 15. Zone No.5 (2011-12) ADEN/ASR. All service buildings and residential

buildings on DIW-ATT (including DIW, including ATT and excluding Amritsar but including Kot Khalsa colony no. 4) section in the section of SSE/W/ML/ASR under ADEN /ASR. Approximate cost Rs. 40,20,999/ Earnest Money Rs. 80,420/- Date of completion- 30.6.2012

(1-A) Similar Nature of Work- Nil. (2) Approximate cost:- ` 40,20,999/- (3) Completion period : 30.06.2012. (4) Earnest Money : ` 80,420/- (5) Date of opening : 08.08.2011 (5-A) Cost of Tender document: ` 3000/- (6) When was the partnership constituted and

deed executed. (7) Whether partnership deed and power of attorney

furnished with the tender? (8) The working contractors should

submit a list of works with their value and agreement number with the tender.

(9) Name and address of party to ------------------------------------- whom tender sold. ------------------------------------- Note: The above information may be furnished invariably by the tenderer(s) otherwise the tender is likely to be rejected.

Page No. 1 to54_ checked & found correct

Signature of the Supdt/Works Signature of the Tenderer/s

Page 4: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 4 of 54 Signature of DEN/ Sr. DEN-

Northern Railway

OPEN TENDER NOTICE

Tender Notice No. 05/2011-12 Division Office Dated 24-06-2011 Firozpur Divisional Railway Manager, Northern Railway Firozpur, for and on behalf of the President of India invites open tenders on prescribed tender form for the under noted works:

Name of Work 1. Ordinary repair and maintenance as well as new works, addition And alteration to existing structure & emergent work under Zone no. 3 (2011-12) in the section of

SSE/W/JGN. Ludhiana ( excl) to Talwandi ( excl) under ADEN/I/FZR Approximate cost Rs.33,71,638/- Earnest Money Rs. 67,430/- Date of completion- 30.06.2012.

2. Special repair to staff quarters and officers bungalows in colony no. 1 & 2 at Firozpur Cantt. Under ADEN-I /FZR (2011-12 ). Approximate cost- Rs.29,46,000/- Earnest money- Rs. 58,920/- Date of completion- 30.6.2012.

3. Special repair to staff quarters and officers bungalows in colony no. 3 & 4 at Firozpur Cantt. Under ADEN-I/FZR. Approximate cost- Rs.30,80,800/- Earnest money- Rs. 61,620/- Date of completion- 30.6.2012.

4. Ordinary repair And maintenance as well as new works, additions and alterations to existing structure & emergent works under Zone no. 1 (2011-12) from FZP to FKA in the jurisdiction of ADEN -II / FZR Approximate cost Rs. 46,57,400/- Earnest Money Rs.93,150/- Date of completion upto 30.6.2012.

5. Ordinary repair And maintenance as well as new works, additions and alterations to existing structure & emergent works under Zone no. 2 /2011-12 from JUC ( Excl ) to NRO & LNK (Excl.) to PHR ( Excl. ) in the jurisdiction of ADEN-II/FZR. Approximate cost Rs.37,96,700/- Earnest Money Rs. 75,930/- Date of completion upto 30.6.2012.

6. Ordinary repair And maintenance as well as new works, additions and alterations to existing structure & emergent works under Zone no.3/ 2011-12 from JUC ( Excl ) to FZR ( Excl ) in the jurisdiction of ADEN -II / FZR. Approximate cost Rs.32,64,400/- Earnest Money Rs.62,290/- Date of completion upto 30.6.2012.

7. Ordinary repair and maintenance of road surface of various L- Xings in the section of SSE / W / JBD under zone No. 4 (2011-12) on FZR -FKA Section in the jurisdiction of ADEN / II / FZR. Approximate cost Rs. 21,44,000/- Earnest Money Rs.42,880/- Date of completion upto 30.6.2012.

8. Ordinary repair and maintenance of road surface of various L- Xings in the section of SSE / W / LNK under zone No.5 (2011-12) on JUC-NRO Section in the jurisdiction of ADEN/II/FZR. Approximate cost Rs.17,38,000/- Earnest Money Rs.34,760/- Date of completion upto 30.6.2012.

9. Zone No.1/2011-12/ADEN-JRC. All service buildings and station buildings from JUC (excluding) to Dhilwan (excluding) in the section of SSE/ W/ JUC under ADEN/ JRC. Approximate cost Rs. 29,68,000/ Earnest Money Rs. 59,360/- Date of completion- 30.6.2012.

10. Zone No.2/2011-12/ADEN-JRC. All service buildings and station building and DMU car shed at Jalandhar City in the section of SSE/ W/ JUC under ADEN/ JRC. Approximate cost Rs. 35,00,000/ Earnest Money Rs. 70,000/- Date of completion- 30.6.2012.

11. Zone No.5/2011-12/ADEN-JRC. All service buildings and station buildings, Bridges & L-xings at Jalandhar Cantt in the section of SSE/ W/ JRC under ADEN/ JRC. Approximate cost Rs. 22,98,668/ Earnest Money Rs. 45,970/- Date of completion- 30.6.2012.

Page 5: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 5 of 54 Signature of DEN/ Sr. DEN-

12. Zone No.6/2011-12/ADEN-JRC. All service buildings and station buildings from JRC

(excluding) to HSX, JRC (excluding) to PGW (excluding) and JRC (excluding) to BPRS (including) in the section of SSE/ W/ JRC under ADEN/ JRC. Approximate cost Rs. 22,85,078/ Earnest Money Rs. 45,700/- Date of completion- 30.6.2012.

13. Zone No.1 (2011-12) ADEN/ASR. All service buildings, workshop, club, hospital and institute in the section of SSE/ W/ W. Shop ASR under ADEN /ASR.. Approximate cost Rs. 29,49,454/ Earnest Money Rs. 58,990/- Date of completion- 30.6.2012.

14. Zone No.3 (2011-12) ADEN/ASR. All service buildings and station building at Amritsar in the section of SSE/ W/ ML/ ASR under ADEN /ASR. Approximate cost Rs. 41,96,004/ Earnest Money Rs. 83,920/- Date of completion- 30.6.2012.

15. Zone No.5 (2011-12) ADEN/ASR. All service buildings and residential buildings on DIW-ATT (including DIW, including ATT and excluding Amritsar but including Kot Khalsa colony no. 4) section in the section of SSE/W/ML/ASR under ADEN /ASR. Approximate cost Rs. 40,20,999/ Earnest Money Rs. 80,420/- Date of completion- 30.6.2012.

16. Zone No.6 (2011-12) ADEN/ASR. Service buildings on ASR-VKA-DBNK and ASR-KEMK section (excluding ASR) in the section of SSE/ W/ BL/ ASR under ADEN /ASR. Approximate cost Rs. 25,09,267/ Earnest Money Rs. 50,190/- Date of completion- 30.6.2012.

Items wise cost of Tender documents.

Rs 2000/- (` Two thousand only) per set for tenders at SN-8 only. Rs 3000/- (` Three thousand only) per set for tenders at SN-1,2,3,4,5,6,7, 9,10, 11,12, 13,14, 15 &16 only . If required by post, Rs 500/- per set will be charged extra. The cost of tender document is neither refundable nor the tender form is transferable. The tenders required by post will be on risk of the applicant and railway will not be responsible for delay in transit or damage or loss of tender document sent by post.

Address of the office from where the tender from can be purchased

Tender forms can be purchased from the office of DRM/Engg, Northern Railway, Firozpur Cantt (Punjab) on any working day starting from 25-07-2011 to 07-08-2011 from 10.30 hrs to 15.00 hrs and 10.30 hrs to 13.00 hrs on 08-08-2011. Tender documents will also be available on web site www.nr.indianrailways.gov.in.

Date and time for submission of tender & opening of tender

All the tenders will be received in the office of DRM/Engg, Northern Railway, Firozpur Cantt (Punjab) up to 15 hours on 08-08-2011 and soon thereafter will be opened.

Note: - For works having advertised cost more than ` 50 lakhs. 1 “As a proof of technical experience/competence, the tenderer should have completed successfully at least

one similar single work for a minimum value of 35% of advertised tender value, including cost of cement and steel (if applicable), in last three financial years (i. e. Three previous financial years and current year, up to the date of opening of the tender) ”.

2 “As a proof of sufficient financial capacity and organizational resources, tenderer should have received total payment against satisfactory execution of all completed/ongoing works of all types (not confined to only similar works) during the last three financial years and in the current financial year (up to the date of opening of the tender) of a value (including the cost of cement and steel) if applicable, not less than 150% of the advertised cost of work.

Tender notice is available on www.nr.indianrailways.gov.in .Tender documents will also be available on www.nr.indianrailways.gov.in from the date of sale of tender papers as specified.

For Divl. Railway Manager,

N. Rly, Firozpur

Page 6: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 6 of 54 Signature of DEN/ Sr. DEN-

No.770-W/169/WA Dated: 24.06.2011 Copy to : -

1. The C.P.R.O., Northern Railway, State Entry Road, New Delhi along with 10 spare copies and soft copy for publication in leading National Newspapers in India. One copy may please be sent to the Editor, Indian Railways, P.B. No. 467, New Delhi for publication in Magazine. The cost is debitable to 03053320. Original advertisements published in various Newspapers may please be sent to this office as soon as these are available for perusal. Tender notice may also be uploaded on web site please. Soft copy of tender document is also enclosed in PDF format.

2. Pr. Chief Engineer/ N. Rly. Baroda House, New Delhi.

3. Chief Administrative Officer/Const, N .Rly. Kashmere Gate, Delhi.

4. Dy. Chief Engineer’s/C/ N.Rly. JUC, CDG, PTK, JAT & UHP

5. Sr.DFM/N.Rly., Firozpur, kindly repute competent representative for opening of tender as per above.

6. All SrDENs, DENs, ADENs on FZR Division.

7. Divisional Railway Manager, All Divisions, Northern Railway.

8. Sr. DSC/RPF/FZR- please depute the staff for security on the above mentioned date.

9 All other Divisional Officers for information please.

10 EDPG/MSR(A), Railway Board for information please.

for Divl. Railway Manager, N. Rly, Firozpur

If the tenderer(s) deliberately give(s) a wrong information/wrong Credentials/Documents in his/their tender and thereby create(s) circumstances for acceptance of his/their tender, Railway reserves the right to reject such tender at any stage, besides, shall suspend the business with such tenderer (s) for One Year.

3 “JVs /Consortiums/MOUs shall not be considered” for the works having advertised cost less than Rs five crore.

Tender forms completed in all respects should be submitted (in a sealed envelope super-scribing the name of work) in the tender box allotted for the purpose in the office of DRM/Engg, Northern Railway, Firozpur Cantt (Punjab) upto 15.00 hrs on 08.08.2011 The tenders duly sealed in the prescribed manner above, may also be sent through registered post so as to reach the above office not later than 15.00 hrs. on 08.08.2011. Any tender received after prescribed time & date, is liable to be rejected. No body carrying any sort of weapon including lathi etc. will be permitted anywhere in the office complex as well as near to it. Not more than one representative of the tenderer will be permitted to witness the tender opening. Mobile phone is not permitted in the tender opening room. Tender notice is available on www.nr.indianrail.gov.in. Tender documents will also be available on this website w.e.f. date of sale as specified.

For Divl. Railway Manager, N. Rly, Firozpur

Page 7: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 7 of 54 Signature of DEN/ Sr. DEN-

NORTHERN RAILWAY SCHEDULE FOR QUOTING RATES

Name of work 15. Zone No.5 (2011-12) ADEN/ASR. All service buildings and residential

buildings on DIW-ATT (including DIW, including ATT and excluding Amritsar but including Kot Khalsa colony no. 4) section in the section of SSE/W/ML/ASR under ADEN /ASR. Approximate cost Rs. 40,20,999/ Earnest Money Rs. 80,420/- Date of completion- 30.6.2012

Schedule-A as per SOR-2010 S.No Description of item of work Amount %age rates quoted above/below/at par

N.Rly. Engg. Deptt. Standard Schedule of Rates 2010

Edition 1 Ch.1( Earth work) 58998/-

2 Ch.2( carriage of material) 171998/-

3 Ch.3( plain concrete) 825000/-

4 Ch.4( Reinforced cement concrete) 146000/-

5 Ch.5(Brick work) 165000/-

6 Ch.7( wood work) 95000/-

7 Ch.8 ( Steel & Aluminum work) 191000/-

8 Ch.9 ( Flooring ,Paving and Dado) 202000/-

9 Ch.10( Roof and ceilings) 67000/-

10 Ch.11( Finishing Masonry) 669996/-

11 Ch.12( Painting ,Polishing and varnishing)

325000/-

Page 8: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 8 of 54 Signature of DEN/ Sr. DEN-

12 Ch.13( Water Supply) 50001/-

13 Ch.14( Drainage and Sewerage) 52000/-

14 Ch 15( Sanitary Installation) 40000/-

15 Ch16 (Horticulture & Land scaping) 82000/-

16 Ch.17( Miscellaneous Building works) 25000/-

17 Ch. 18(Dismantling & Demolishing) 15000/-

18 Ch. 23(Road & Platform work) 230000/-

19 Ch. 24(Fencing & Boundary wall) 10060/-

20 Ch.25( Supply of materials) 599946/-

NOTE:- 1. I/We already understand that I/We are not entitled for any compensation to complete all such works allotted

to me/us within the stipulated period as specified in each work order/ agreement issued. 2. The earnest Money of ` ________in favour of Sr. Divl. Finance Manager, Northern Railway Firozpur vide

cash receipt No._______ dated______ of deposited in form of Pay Order deposit receipt No.________ dated________.

Signature of the Contractor(s)

Spl. Note :- 1 If there is any discrepancy during down loading the tender then original tender will prevail over it Note:

(1) The tenderer/s will quote only one percentage rate above/below/at par with the basic amount, separate for each sub-group (Schedule) above, failing which his/their offer will be treated as incomplete and shall be summarily rejected.

(2) The quantities indicated in the above schedule are approximate. The Railways reserve the right to alter the same as per requirement of site conditions, for successful completion of the work.

(3) In case tender documents have been downloaded from Internet, clause _______ and _______ of Special tender conditions and instructions to tenderers should be gone through carefully before tendering.

I/We clearly understand that I/We am/are not entitled to any other payment on any account whatsoever except at the tendered rates for fully completed works as per conditions of contract.

Signature of the Tenderer/s

Address: ___________________

Page 9: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 9 of 54 Signature of DEN/ Sr. DEN-

LIST OF SOR ITEMS Name of Work:- Zone no. 5 (2011-12)/ASR under ADEN-ASR

S.N. Item No Description Qty Rate Unit Amount CHAPTER-1 {EARTH WORK} 1 011011 Earth work in excavation 80 81.36 Cum. 6509 2 012010 Extra for excavation 80 8.70 Cum. 696 3 012030 Extra for watering and ramming earth 25 15.40 Cum. 385 4 012050 Supplying & Filling sand 2 725 Cum. 1450 5 013140 Removal of excavated slip earth/debris/malba from the

site of works to any other place 500 97.72 Cum 48860

6 014010 Dressing Surface Head/Dense soil 200 54.90 10Sqm 1098 Total 58998 CHAPTER – 2 {CARRIAGE OF MATERIALS} 7 021100 Loading /Unloading cement in bags etc 60 30.70 MT 1842 8 021120 Leading cement in bags, coal-tar asphalt etc 60 117.91 MT/Km 7075 9 021121 Additional lead for every subsequent etc Km. 10 to 100 5400 9.88 MT/Km 53352 10 021122 Additional lead for every subsequent etc Km. 100 to 400 11250 6.25 MT/Km 70313 11 021510 Hiring of JCB machine for levelling & dressing ground

etc. 40.61 612.4 Hrs 24870

12 021550 Hiring of road crane of 25 MT capacity including necessary fuel, oil and operator etc.

10 1454.78 Hrs 14548

Total 171998 CHAPTER – 3 {PLAIN CONCRETE} 13 031011 C.Conc. In foundation & floors 1:3:6 (20mm gauge) 10 1972.51 Cum. 19725 14 031014 C.Conc. In foundation & floors 1:5:10. 20 1746.01 Cum. 34920 15 031023 C.Conc. In walls 1:2:4. 11 2137.59 Cum. 23513 16 031042 Dry concrete with graded brick aggregate 10 1288.31 Cum. 12883 17 031051 C.C. M-20 up to plinth level for all works 2 2082.64 Cum. 4165 18 031052 C.C. M-20 above plinth level for all works 10 2204.06 Cum. 22041 19 031061 Extra for form work for item no. 031051 50 121.03 Sqm. 6052 20 031063 Centring & Shuttering for column, pillars, posts & struts

etc. 50.265 240.45 Sqm 12086

21 032082 Providing and laying cement concrete 1:2:4 in 50mm thick etc.

10 347.85 Sqm 3479

22 033063 Supplying of cement. 132 5198 Tonne 686136 Total 825000 CHAPTER – 4 {REINFORCED CEMENT CONCRETE} 23 041011 Prov. Cast in situ RCC M-20 as per design mix up to

plinth in column, foundations etc. 6.00 2422.38 Cum. 14534

24 041012 Prov. Cast in situ RCC. M-20 as per design mix above plinth in column, foundations etc.

2 2906.85 Cum. 5814

25 041015 Prov. Cast in situ RCC. M-20 as per design mix in Kerb stone etc.

12.00 3447.67 Cum. 41372

26 042011 Extra for form work 50 120.60 Sqm. 6030 27 042013 Form work for floors roofs landings etc, 10 185.57 Sqm. 1856 28 042014 Extra for form work in linles beam and plinth beam 25 163.20 Sqm. 4080 29 042015 Extra for form work in column & pillars 11.84 240.50 Sqm. 2848 30 045016 Themo Mechanically treated bars 1460 47.58 Kg 69467 Total 146000 CHAPTER – 5 {BRICK WORK} 31 051015 Brick work with non modular bricks of class Cement

mortar 1:6 (1 cement : 6 Fine Sand) 75 2143.06 Cum. 160730

32 051040 Extra for item No. 051010 & 051020 for two floor 32.01 133.42 Cum. 4271 Total 165000 CHAPTER -7 {WOOD WORK} 33 071012 Providing wood work in frames of doors, windows with

sal wood 250 32.16 Cudm 8040

34 071023 P & F wood work in false ceiling 100 23.42 Cudm 2342 35 072015 P&F 35mm thick panelled/glazed or panelled and glazed

sutters for door, window / ventilator of kail or locally available

8 1017.96 Sqm. 8144

36 072016 P&F 30mm thick panelled/glazed or panelled and glazed 4 935.60 Sqm. 3742

Page 10: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 10 of 54 Signature of DEN/ Sr. DEN-

sutters for door, window / ventilator of kail or locally available

37 072035 P. & F. panelling /glazing(8mm coir veneer board) 20 770.02 Sqm. 15400 38 072037 P. & F. panelling /glazing( float glass) 5.575 260.07 Sqm. 1450 39 072095 P.&F.35 mm thick masquits proof wire gauge shutters 5 1011.22 Sqm. 5056 40 074133 P & F wooden moulded beading 50x12mm 23.5 44.01 Mtr 1034 41 074301 P & F. float glass panes with putty 4 mm thick 10 531.62 Sqm 5316 42 078021 P.&F.anodized aluminium sliding door bolts 300 mm x16

mm 25 178.83 Each 4471

43 078022 P.&F.anodized aluminium sliding door bolts 300 mm x16 mm

40 143.99 Each 5760

44 078032 P.&F. aluminium tower bolts 250mm x10mm 6 57.87 Each 347 45 078033 P.&F. aluminium tower bolts 200mm x10mm 30 48.55 Each 1457 46 078034 P.&F. aluminium tower bolts 150mm x10mm 30 39.69 Each 1191 47 078062 P.&F. aluminium handles 100 mm 50 33.96 Each 1698 48 078130 Providing and fixing factory made PVC door frame of

size 50x47mm etc. 12 391.41 Mtr 4697

49 078140 Providing and fixing to existing door frames 30mm thick factory made pannel pvc door etc.

10 2485.57 Sqm 24856

Total 95000 CHAPTER -8 {STEEL & ALUMINIUM WORK} 50 081011 Steel work in single section in Tees, Angles, RSJ etc. 60 50.84 Kg 3050 51 081012 Steel work in single section flats for window bars 50.00 50.63 Kg. 2532 52 081031 Steel work in welded section in Tees, Angles, RSJ etc. 50 75.92 Kg. 3796 53 081032 Steel work welded in built up section etc. 78 73.26 Kg. 5714 54 082011 P&F anodised aluminium work for doors, windows,

ventilators and partitions for fixed portion. 200 305.87 Kg 61174

55 082021 Providing and fixing 12mm thick prelaminated three layer medium pre-laminated particle board with decorative etc.

10 843.28 Sqm 8433

56 082031 Glazing in aliuminium work with 4 mm thick glass 10.00 728.20 Sqm 7282 57 082032 Glazing in aliuminium work with 5.5 mm thick glass 10.00 804.86 Sqm 8049 58 082041 P & F double action hydraulid door spring with stainless

steel plate 10 2106.73 Each 21067

59 083010 Repairing aluminium glazed door 49 325.39 Sqm 15944 60 083020 Providing and fixing Aluminium round/square bars/ flats

or grill etc. 40 500.58 Sqm 20023

61 083031 P & F Acrylic sheet 3 mm thick 10 1137.46 Sqm 11375 62 083050 Fabricating, supplying & installing stainless steel railings

for staircasses, balconies etc. 30.395 742.26 Kg 22561

Total 191000 CHAPTER – 9 {FLOORING , PAVING & DADO} 63 092012 Cement conrete flooring 1:2:4 (1 Cement : 2 Coarse sand;

4 graded stone aggregate) 40mm thick with 20mm nominal size stone aggregate.

152.85 120.99 Sqm. 18493

64 092013 C.Conc. Flooring 1:2:4, 50 mm thick 120 142.51 Sqm. 17101 65 092014 C.Conc. Flooring 1:2:4, 75 mm thick 120 194.48 Sqm. 23338 66 094011 P & F terrazzo tiles 22 mm thick without pigment. 20 538.86 Sqm 10777 67 094012 P & F terrazzo tiles 22 mm thick with pigment. 20 576.68 Sqm 11534 68 094061 P & F precast chequered tiles (250x250x25mm) 30 468.24 Sqm 14047 69 095011 Providing and fixing Ist quality ceramic tiles conforming

to group B-III 200x200mm etc. 50 498.16 Sqm 24908

70 095012 Providing and fixing Ist quality ceramic tiles conforming to group B-III 200x300mm etc.

50 498.12 Sqm 24906

71 095026 P & F vitrified tiles above 400x 400 & up to 600 x600 30 892.31 Sqm 26769 72 096072 P & Laying Kota stone slab flooring 25 mm thick ( 60cm

x 60cm) 33 912.94 Sqm 30127

Total 202000 CHAPTER 10 {ROOFS & CEILINGS} 73 101013 0.63mm thick G.S. sheet roofing 20 462.41 Sqm 9248 74 102010 Providing and fixing asbestos cement 6mm thick

corrugated/semi corrugated etc. 120 218.17 Sqm 26180

75 102043 P&fixing adjustable ridge with close fitting 50 233.53 mtr 11677 76 104011 Mud phuska 10 cm. Thick on roof etc. 20 240.42 Sqm. 4808 77 108162 Providing & fixing on wall face unplasticised rigid PVC

single socketed rain water 110mm dia. 75.025 182.18 Metre 13668

78 108182 Providing and fixing on wall face unplasticised PVC 6 236.39 Each 1418

Page 11: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 11 of 54 Signature of DEN/ Sr. DEN-

moulded bend and shoe for bend 87.50, 110mm dia shoe etc.

Total 67000 CHAPTER – 11 {FINISHING MASONRY} 79 111012 Plaster ordinary 12 mm thick 1:6 1500 57.38 Sqm. 86070 80 114011 Flush/Ruled Pointing 500 42.14 Sqm 21070 81 117051 White washing with lime 8000 6.48 Sqm. 51840 82 115060 Applying one coat of cement primer of approved brand

and manufacture on wall surface. 5000 20.77 Sqm 103850

83 115200 Extra for applying water proofing cement paint as primer applied.

5000 4.94 Sqm. 24700

84 117071 Colour washing such as green, blue or buff to give an even shade old work (two or more coats) with lime.

10095 6.59 Sqm 66526

85 117081 Oil bound distemper after removing old white/colour wash by scrapping and sand two or more coat, to give an even shade.

3000 47.43 Sqm 142290

86 117082 Oil bound distemper after removing old white/colour wash by scrapping and sand one or more coat, to give an even shade.

200 37.75 Sqm 7550

87 117091 Plastic Emulsion paint two or more coats 2500 66.44 Sqm 166100 Total 669996 CHAPTER – 12 {PAINTING , POLISHING & VARNISHING} 88 121011 Applying priming coat with pink primer 20 19.08 Sqm 382 89 121013 Prov. ready mix priming coats on steel 30 14.97 Sqm. 449 90 121051 Painting two coats with enamel paint 2000 40.81 Sqm. 81620 91 121052 Painting with synthetic enamel paint of approved brand

and manufacture one or more coats on old work. 5000 26.28 Sqm 131400

92 121092 Painting with aluminium paint of approved brand and manufacture to gie an even shade one or more coats on old work.

4000 21.84 Sqm 87360

93 121150 Painting two coats with chocolate, red, grey etc 520 38.79 Sqm. 20171 94 124032 Polishing on wood work for old work 150.10 24.11 Sqm 3619 Total 325000 CHAPTER – 13 {WATER SUPPLY} 95 131151 Providing and fixing medium grade G.I pipes 15mm dai

nomial bore. 25 128.42 Metre 3211

96 131152 Providing and fixing medium grade G.I pipes 20mm dia nomial bore.

13 157.14 Metre 2043

97 131153 P&F medium grade GI Pipe complete with GI fittings 25mm dia external work

10.87 214.91 mtr 2336

98 131155 P&F medium grade GI Pipe complete with GI fittings 40mm dia external work

15 303.17 mtr 4548

99 131156 P&F medium grade GI Pipe complete with GI fittings 50mm dia external work

10 384.78 mtr 3848

100 132021 P.& F. brass stop cock 15 mm 5 151.88 Each 759 101 132023 P.& F. brass stop cock 25 mm 5 361.81 Each 1809 102 132171 P &F C.P.brass shower rose with 15 or 20mm inlet

(100mm dia) 2 470.01 Each 940

103 132180 P & F 15mm nominal bore C.P. brass bib cock. 4 353.73 Each 1415 104 132190 P&F CP Brass long nose body bib cock 15mm dia 2 413.09 Each 826 105 132200 P & F 15mm nominal bore C.P. brass long body bib cock

weight not less than 690 gms. 2 421.62 Each 843

106 132210 P&F CP Brass stop cock 15mm dia 2 419.96 Each 840 107 132220 P&F CP Brass Angle nose 15mm bore 2 535.68 Each 1071 108 133202 P & F C.I. sluice valve class II 100mm dia 1 4178.82 Each 4179 109 133222 P & F C.I. sluice valve class II 150mm dia 1 5849.41 Each 5849 110 134011 providing and fixing PTMT bib cock of approved 15mm

nominal bore, 86mm long etc. 25 166.16 Each 4154

111 134021 P&F PTMT Stop Cock 15mm nominal bore 25 166.16 Each 4154 112 134031 Providing and fixing PTMT pillar cock 15mm nominal

bore, 107mm long etc. 10 220.09 Each 2201

113 134041 P&F PTMT push cock of approved 15mm nominal bore , 98mm long etc.

10 148.74 Each 1487

114 134042 P&F PTMT push cock of approved 15mm nominal bore , 80mm long etc.

10 125.51 Each 1255

115 136131 P&F union of 15mm bore new work 5 94.30 Each 472 116 136141 P&F union of 15mm bore 10 176.11 Each 1761

Page 12: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 12 of 54 Signature of DEN/ Sr. DEN-

Total 50001 CHAPTER – 14 {DRAINAGE & SEWERAGE} 117 141012 Providing & laying 150mm dia SW pipe 30 245.52 Metre 7366 118 141013 Providing & laying 200mm dia SW pipe 30 371.59 Metre 11148 119 141032 P & Laying CC 1:4:8 alround the 150 mm dia pipe 20 317.07 Metre 6341 120 141033 P & Laying CC 1:4:8 alround the 200 mm dia pipe 30 369.62 Metre 11089 121 142014 P & Laying 300 mm dia NP2 pipe 16.5 721.21 Metre 11900 122 143211 Constructing gully chamber with F.P.S. bricks 2 2078.19 Each 4156 Total 52000 CHAPTER – 15 {SANITARY INSTALLATIONS} 123 151122 Providing and fixing white vitrous china water closet

orissa pattern W.C pan of size 580x440mm 2 1527.02 Each 3054

124 151140 Extra for coloured european type WC with pedetals 2 1138.53 Each 2277 125 151182 Providing and fixing P.V.C low level 10 Litre capacity

coloured 10 917.59 Pair 9176

126 151221 P&F solid plastic seat with lid white 10 468.67 Each 4687 127 151260 Providing and fixing white, vitreous china flat back or

wall corner tyupe lipped front urinal basin of 430x260x350mm etc.

5 838.14 Each 4191

128 151282 Providing and fixing white, vitreous china wash basin angle back wash basin of size 550x400mm

4 585.19 Each 2341

129 151290 Providing and fixing white , glazed fire clay kitchen sink of soze 600x450x250mm without fittingsetc.

2 1789.21 Each 3578

130 153011 P&F soil waste and vent pipe100mm dia 9.846 582.46 mtr 5735 131 153031 P & F holder bat clamps to 100 dia pipe 5 123.24 Each 616 132 153321 P&F PTMT towel rail 450mm long 5 385.76 Each 1929 133 154010 P&F PVC soil and waste pipe 110mm dia 10 202.72 mtr 2027 134 154030 P&F PVCplain branch 110X110X110mm dia 2 117.00 Each 234 135 154100 P&F PVCterminal guard 110mm dia 2 77.54 Each 155 Total 40000 CHAPTER – 16 {Horticulture & land scaping} 136 161111 Supplying & grassing korean grass 2000 347.81 100sqm. 6956 137 161120 Renovating lawns including weeding 2000 832.95 100sqm. 16659 138 161220 Excavation in dumped stone or malba garbage 40 123.58 Cum 4943 139 161371 Supplying of seasonal flower sapling Antirrhinum 10 7.11 Each 71 140 161372 Supplying of seasonal flower sapling Phlox drumondii 16 7.09 Each 113 141 161374 Supplying of seasonal flower sapling Salvia 20 7.25 Each 145 142 161377 Supplying of seasonal flower Poppy 20 7.14 Each 143 143 161378 Supplying of seasonal flower Carnation 100 29.28 Each 2928 144 161460 Sowing & maintaining flower seeds 100 40.63 Sqm/

Month 4063

145 161481 Maintenance of lawns 10000 21.53 10sqm./ month

21530

146 161483 Maintenance of hedges 50 15.22 mtr/ month

761

147 161713 Supplying of earthen pots height 25xtop 25xbottom x15Cm

220 11.63 Each 2559

148 161714 Supplying of earthen pots height 30xtop 30xbottomx 20Cm

126 17.43 Each 2196

149 162061 Supply of plants Alstonia with pot 25cm 250 75.73 Each 18933 Total 82000 CHAPTER – 17 {MISCELLANEOUS BUILDING WORKS} 150 171011 Repair to plaster of thickness 12mm to 20mm in patches

of area with cement mortar 1:4 etc. 50 90.33 Sqm 4517

151 171021 Fixing door chowkhat 2 334.09 Each 668 152 171041 Renewing glass panes with putty float glass panes 4 585.19 Sqm 2341 153 171080 Refixing of old glass panes with putty & nails 10 160.65 Sqm 1607 154 171100 P & F 16mm dia M.S. fan clamp in existing slab 4 123.05 Each 492 155 172040 Fabricating, Supplying & installing stainless steel benches 20.876 736.53 Kg 15376 Total 25000 CHAPTER – 18 {Dismantling & Demolishing 156 181021 Dismantling cement conc. 2 413.41 Cum. 827 157 181023 dismantling precast/cast in situ c.conc./RCC/MCC/Brick

work 1 443.63 Cum. 444

158 181030 Dismantling R.C.C. work 1 603.12 Cum. 603 159 182013 Dismantling brick work 5 348.90 Cum. 1745

Page 13: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 13 of 54 Signature of DEN/ Sr. DEN-

160 182070 Dismantling old plaster or skirting raking out joints and cleaning etc.

100 9.22 Sqm 922

161 183010 Dismanling cement concrete flooring 100 14.43 Sqm. 1443 162 183020 Dismanling tile work in floors, dado flooring 100 18.56 Sqm. 1856 163 183040 Dismantling paver blocks 140 36.38 Sqm. 5093 164 184082 Dismantling roofing including ridges, hips valleys and

asbestos sheet. 102 13.12 Sqm 1338

165 185010 Dismantling doors, windows and clerestory windows (steel or wood ) shutter including chowkhats etc.

4 84.12 Each 336

166 186011 Dismantling steel work RSJ, Rails etc. 400 0.57 Kg 228 167 186012 Dismantling channel, angle, tee, flats etc. 402 0.41 Kg 165 Total 15000 CHAPTER – 23 {Road & Platform work} 168 231043 P & Laying water bound macadum with 53 mm to 22.4

mm size including stone screening 11.2mm size. 20 1414.11 Cum. 28282

169 234021 4cm Thick bitumastic sheet with hot bitumen of approved quality with paving bitumen 80/100 heated etc.

150 364.44 Sqm 54666

170 235010 Prov & laying seal coat of pre mixed fine agg with bitumen

150 86.58 Sqm 12987

171 236020 Prov & laying Design mix concrete M30 21 2371.65 Cum 49805 172 237010 P & F cats eye ( glow studs) 20 477.76 Each 9555 173 237030 Supplying and laying Kerb stone 30x20 cm 20 977.71 Mtr 19554 174 237040 Supplying and laying Channel stone 30x10 cm 10.084 507.30 Mtr 5116 175 238050 Providing & laying 75mm thick dense bituminous

macadum surface 100 500.35 Sqm. 50035

Total 230000 CHAPTER – 24 {Fencing & Boundary Wall} 176 242080 Supplying & fixing barbed wire weighing 9.38 Kg per

100m on previously errected post 800 11.25 per mtr of

wire 9000

177 242171 Fixing Grade M-20 RCC Posts Boards as per standard design Boundary Stones etc.

50 21.19 Each 1060

Total 10060 CHAPTER – 25 {SUPPLY OF MATERIALS} 178 251120 3mm th. Translucent acrylic sheet 20 661.25 Sqm 13225 179 252070 Supply of white cement 0.10 19550 MT 1955 180 252100 Stone aggregate broken 10mm 70 1035.00 Cum 72450 181 252120 Coarse sand 70 977.50 Cum 68425 182 252160 Coal Tar 1600 28.75 Ltr 46000 183 252170 Unslaked lime 200 690 Quintal 138000 184 252200 F.P.S bricks class designation 5000 2990 1000 Nos 14950 185 252260 Twisted/ Deformed Bars up to 12mm 2 3852.50 qtl 7705 186 253010 Hydraulic door closer 2 218.50 Each 437 187 253360 Anodised Aluminium sliding door bolt 300mm etc 50 161 Each 8050 188 253400 Aluminium Tower bolt 200x10mm 50 370.59 10 nos 1853 189 253410 Aluminium Tower bolt 150x10mm 100 291.53 10 nos 2915 190 253440 Aluminium Handles 100mm 100 264.79 10 nos 2648 191 253570 Second class Kail in planks 150 218.50 10 cudm 3278 192 253600 Sal wood in scantling 150 373.75 10 cudm 5606 193 253610 1.0mm thick decorative laminated sheet matt finish 30 391 Sqm 11730 194 253620 1.0mm thick decorative laminated sheet . 30 345 Sqm 10350 195 253640 Water proof ply 12mm th 10.00 552 Sqm 5520 196 253660 Float glass sheet 4mm 10.00 402.50 Sqm 4025 197 253670 Float glass sheet 5.50mm 2.00 471.50 Sqm 943 198 253680 Frosted glass sheet 2 333.50 Sqm 667 199 253770 18mm thick particle board IS 3087 20 368 Sqm 7360 200 254020 Supply of cement primer 10 115.0 ltr 1150 201 254050 Aluminium paint 5 149.50 ltr 748 202 254060 Black bituminous paint 5 92.00 ltr 460 203 254070 Synthetic enamel Paint 5 161 ltr 805 204 254100 Dry Distemper 51 46 Kg 2346 205 254110 OBD/acrylic distemper 20 80.50 Kg 1610 206 254150 Plaster of paris. 10 8.05 Kg 81 207 254200 Supply of road marking paint 20 195.50 Ltr 3910 208 255100 500mm dia RCC manhole cover 6 1265 Each 7590 209 255110 560mm dia RCC manhole cover 8 1725 Each 13800 210 256010 G.I pipes 15mm dia medium class 40 86.19 Mtr 3448

Page 14: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 14 of 54 Signature of DEN/ Sr. DEN-

211 256020 G.I pipes 20 mm dia medium class 33 110.92 Mtr 3660 212 256040 Gi Pipe 32mm 30 199.53 mtr 5986 213 256140 15mm PTMT Bib cock 100 155.25 Each 15525 214 256150 15mm PTMT Bib cock long body 80 287.5 Each 23000 215 256160 15mm PTMT Stop cock 50 155.25 Each 7763 216 256180 15mm PTMT Push Cock 75 138.0 Each 10350 217 256200 CP Brass bib cock 15mm 12 345.0 Each 4140 218 256210 CP Brass long nose bib cock 15mm 12 402.50 Each 4830 219 256220 CP Brass long body bib cock 15mm 10 402.50 Each 4025 220 256230 CP brass stop cock concealed 10 402.50 Each 4025 221 256240 CP brass angle valve 15mm 5 517.50 Each 2588 222 256270 CP brass mixer of 15mm bore 2 632.50 Each 1265 223 256260 Full way brass valve with wheel 15mm dia 5 218.50 Each 1093 224 257380 White plastic wc seat with lid 10 460 Each 4600 225 257390 Black plastic wc seat with lid 10 402.50 Each 4025 226 257470 Wash basin 630X 450mm white 5 747.50 Each 3738 227 257510 Vitreous china Orissa type wc pan 4 1320.20 Each 5281 228 257710 Coloured padestal type wc pan Euorpeon 4 1437.50 Each 5750 229 257760 Mirror of superior make 5 437 Each 2185 230 257810 Flushing cistern P.V.C 10 litres capacity etc. 20 920 Each 18400 231 257850 C P brass waste coupling 32/40mm 40 92.00 Each 3680 Total 599946

Page 15: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 15 of 54 Signature of DEN/ Sr. DEN-

Schedule of items, rates and quantities Name of work :-

15- Zone No.5 (2011-12) ADEN/ASR. All service buildings and residential buildings on DIW-ATT (including DIW, including ATT and excluding Amritsar but including Kot Khalsa colony no. 4) section in the section of SSE/W/ML/ASR under ADEN /ASR. Approximate cost Rs. 40,20,999/ Earnest Money Rs. 80,420/- Date of completion- 30.6.2012

S.No. SOR Items

Description Unit Qty Rate Amount

Schedule 'A' (All SOR items of civil work) Total cost of Schedule “A” (All SOR items

of all chapters of SOR for civil work), Rs As above

Page 16: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 16 of 54 Signature of DEN/ Sr. DEN-

NORTHERN RAILWAY

TENDER FORM (FIRST SHEET)

The President of India, through Divisional Railway Manager N.R.,Firozpur Cantt I/We--------------------------------------------------------------------------------------------------------------

-------have read the various conditions to tender attached here to and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90(Ninety) days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our earnest money. I/We offer to do this work “As On Top Sheet” for Northern Railway at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects with in completion period as mentioned in Top Sheet from the date of issue of letter of acceptance of tender.

2 I/We also hereby agree to abide by the General Condition of Contract-1999 corrected up to printed/advance

correction slip and to carry out the work according to the Special Conditions of Contract and specifications for material and works as laid down by the Railway in the annexed Special Conditions/specifications and the Northern Railway Works Hand Book corrected up to printed/advance correction slip, for Schedule of Rates corrected up to printed/advance correction for the present contract.

3.1 Earnest money amount As On Top Sheet i.e. (a) 2% for works estimated to cost up to `1 Crore) and (b) for

works estimated to cost more than ` 1 Crore -` 2 lakhs plus 1/2 % (half percent) of the excess of the estimated cost beyond `1 Crore, subject to a maximum of `1 Crore, rounded off to nearest ` Ten as indicated in tender notice is herewith forwarded as earnest money. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies in case my / our tender is accepted and if: -

(a) I/We do not execute the contract documents within Fifteen days after receipt of the notice issued by the railway that such documents are ready and

(b) I/We do not commence the work within fifteen days after receipt of orders to that effect. (c) I/We resile from my/our offer or modify the terms and conditions thereof in a manner not acceptable

to the Northern Railway during a period of 90 (Ninety) days from the date of opening of the tender. (d) I/We do not submit a performance Guarantee in the form of an irrevocable Bank guarantee amounting

to 5% of contract value as per the performa as prescribed by the Railways, before signing of agreement which should be normally about 15 days after the issue of letter of acceptance and the performance guarantee shall be initially valid upto to stipulated date of completion plus 60 days beyond that, in case, the time for completion of work gets extended, the contractor shall get validity of performance guarantee extended to cover such extended time for completion of work plus 60 days.

4. The amount of earnest money in the form of cash lodged with Divisional Cashier, Northern Railway, Firozpur

Cantt vide Cash Receipt No:_____________ dated__________ or deposited in the form of pay order, deposit receipts, demand drafts is attached. I/we have clearly noted that the earnest money will be acceptable in the above forms only.

5. Until a formal agreement is prepared and executed acceptance of the tender shall constitute a binding contract between us subject to modification, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

Signature of the Tenderer/s Address (complete postal address to be given) Dated: Signature of Witnesses:- 1.________________________________

2.________________________________

Page 17: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 17 of 54 Signature of DEN/ Sr. DEN-

NORTHERN RAILWAY

SPECIAL TENDER CONDITIONS AND INSTRUCTIONS TO TENDERERS

1.0 DETAILS OF WORKS Tenders are invited for the work as per details on TOP SHEET.

2.1 TENDER DOCUMENTS 2.2 SUBMISSION OF TENDERS 2.2.1 The tender documents consist of (a) Tender form first sheet (b) Special tender conditions and instructions to

tenderer/s (c) Special conditions relating to site data and specifications (d) Schedule of Rates, Schedule of Quantities. These must be submitted together as one set, failing which the tender is liable to be rejected.

2.1.2 Tender documents can be obtained from the office of the Divisional Rail Manager/Engg, N.Rly, Firozpur

Cantt on any working day during specified office hours i.e. 10.30 hours to 15.00 hours from _______to __________and 10.30 Hours to 13.00 hours on _________on cash payment of ` /- (Rs __ _ only) for each set and ` ____/-(` ____ _______) only if required by post. The cost of this tender form is not transferable or refundable. Request for tender by post must accompany draft of ` ____/-(` __ _ _______) only in favour of Sr. Divisional Finance Manager, N.Rly, Firozpur Cantt, payable at FZR.

2.1.2(a) Cost of Tender Documents:

Tender documents are available on Northern Railway website i.e. www.nr.indianrail.gov.in. and the same can be downloaded and used as tender document for submitting the offer. This facility is available free of cost. However the cost of tender document as indicated above in para 2.1.2 will have to be deposited by the tenderer in the form of bank draft payable at FZR in favour of Sr.Divisional Finance Manager N.Rly Firozpur alongwith the tender document. This should be paid separately and not included in the earnest money. In case, tender is not accompanied with the cost of the tender document as detailed above, tender will be summarily rejected.

2.1.3 These tender documents must be submitted duly completed in all respects in a sealed cover super scribed as tender form for the work ‘AS ON TOP SHEET’ and should be deposited in the tender box in the office of the Divisional Rail Manager/Engg, N.Rly, Firozpur on or before up to 15.00 hours on Date of opening “As On Top Sheet”. The tender will be opened soon thereafter in specified office(s) simultaneously and rates read out in the presence of such tenderer/s as is/are present. Tenders which are received after the time and date specified above may not be considered. In case the advertised date for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the same time and place.

2.1.4 Tenders sealed and superscribed as aforesaid can also be sent by registered post addressed to the Office of Divisional Rail Manager/Engg, Northern Railway, Firozpur Cantt (Punjab) on or before up to 15.00hrs on Date of opening “As On Top Sheet”, but a tender which is received after the time and date of specified in para 2.1.3 above may not be considered. Any tender delivered or sent otherwise will be at the risk of the tenderer/s.

2.2 COMPLETION OF TENDER DOCUMENTS : 2.2.1 The tenderer/s shall quote rate/s, in figures as well as in words, for all labour and materials, separate for various

Schedules/Sub-Schedules in the attached Schedule of Item, Rates and Quantities. Every possible fluctuation, in the rate of labour, material and general commodities and other possibilities of each and every kind which may affect the rates, should be considered and kept in view before quoting the rates and no claim on this account shall be entertained by the Railway under any circumstances except the price escalation payable as per price escalation clause, if any, provided separately in the tender documents.

2.2.2. The rate/s should be quoted in figures as well as in words. If there is any variation between the rates quoted in figures and in words, the rates quoted in ‘Words’ shall be taken as correct. If more than one rates or improper rates are tendered for the same items, the tender is liable to be rejected.

Page 18: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 18 of 54 Signature of DEN/ Sr. DEN-

In case, the tenderer/s quote/s multiple rates, the offer will be treated as incomplete and shall be summarily rejected.

2.2.3. Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by the tenderer/s in his/their entries should be in Ink and must be attested by him/them under full signature and date.

2.2.4. Additional conditions or stipulations if any must be made by the tenderer/s in a covering letter with the tender. The Railway reserves the right not to consider conditional tenders and reject the same without assigning any reason. Only those additional conditions which are explicitly accepted by the Railway shall form part of the contract.

2.2 CREDENTIALS TO BE SUBMITTED ALONGWITH TENDERER/S(APPLICABLE ONLY FOR WOKS MORE THAN `50.0 LACS)

2.3.1 Tenderer/s should enclose documents and certificates to show that he/they has/have satisfactorily carried out works of the type involved in the construction of the work being tendered for. He/they should also produce proof to the satisfaction of the Railway of his/their technical ability and financial stability to undertake the work of the magnitude tendered for.

2.3.2 The tenderer/s shall submit with his/their tender a list of serviceable machinery, tools and plants, equipment’s and vehicles he/they has/have in hand for executing the work and those he/they intends/intend to purchase.

2.3.2.(A) The tenderer/s must submit, along with his/their tender:- i. Statement showing similar works executed by him/them. ii. Certificates of successful completion of his/their work iii. A statement of all payments received against all successfully completed work/works in progress of

all types (not necessarily similar in type of work in this tender) indicating the organization/ units from which the payments have been received. Necessary certificates in this regard, from the authorities who made the payments for three preceding years should be enclosed, duly attested.

iv. List of their Engineering organization and equipment’s, construction tools and plants available with them.

v) Technical eligibility criteria ( for works having advertised cost more than Rs. 50 Lkh,)

(a) As a proof of technical experience/competence, the tenderer should have successfully completed at least one similar single work for a minimum value of 35% of advertised tender value, inclusive of cost of cement and steel, in last Three Financial Years (i.e. Three Previous Years and Current year up to the date of opening of the tender).

The similar nature work:-“_As On Top Sheet”.

(b) The following will be applicable for evaluating the eligibility. i) Similar nature of work physically completed within the qualifying period, i.e. last three financial

years and current financial year (even though the work might have commenced before the qualifying period) should only be considered in evaluating the eligibility criteria.

ii) The total value of similar nature of work completed during the qualifying period and not the payment received within qualifying alone, should be considered. In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the total paid amount including statutory deductions is to be considered. If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deductions is to be considered. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility.

iii) In case of composite works involving combination of different works, even separate completed works of required value should be considered while evaluating the eligibility criteria. For example, in a tender for bridge work where similar nature of work has been defined as bridge work with pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with pile foundation of value at least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal to 35% of tender value should be

Page 19: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 19 of 54 Signature of DEN/ Sr. DEN-

considered as having fulfilled the eligibility criterion of having completed single similar nature of work.

2.3.2 (A) (vi) Financial Eligibility Criteria. ( for works having advertised cost more than Rs. 50 Lkh,) As a proof of sufficient financial capacity and organizational resources, contractor should have received the total payments against satisfactory execution of all completed/ongoing works of all types (not confined to only similar works) during the last three financial years and in the current financial year (upto the date of opening of the tender) of a value not less than 150% of the advertised cost of work including the cost of cement and steel.

vii) For judging the technical eligibility and financial capability only those works which had been executed for the Govt. or Semi Govt. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for Private Organizations shall not be considered.

viii) The tenderer/s/contractor shall submit a statement of contractual payment received during the last three financial years and current year on the prescribed Performa as detailed at Annexure-I. The details shall be based on the form 16-A issued by employer i.e. the certificate of deduction of tax at a source under Section 203 of the Income Tax Act, 1961. The photocopies of the form 16A shall be enclosed duly attested by Notary public with seal and Notarial stamps thereon.

ix) If a tenderer has completed a work of similar nature where cement and steel was issued by department free of cost, tenderer must submit the completion certificate indicating cost of these materials and total cost of work (including cost of cement/steel) shall be considered to decide eligibility or otherwise.

x) The overall financial soundness of the tenderers will be evaluated based upon the volume of the work handled, turn over, balance sheet etc. tenderers will accordingly furnish these particulars for the last three years (i.e. current year and three previous financial years) duly supported by latest audited results/balance sheets.

xi) Tenderer has to satisfy the eligibility criteria for technical capability and competence as well as for financial capacity and organizational resources.

xii) If the tenderer is a JV/Consortium, each partner of JV/Consortium should have good credentials and the JV/Consortium should meet the technical and financial criteria as per the guidelines given in Annexure-‘K-I’

xiii) If the tenderer is a Partnership Firm, the conditions and the technical & financial eligibility criteria will be applicable as per guidelines givens in Annexure K-2

2.4 CONSTITUTION OF THE FIRM: 2.4.1 The tenderer/s who are constituents of firm, company association or society must forward attested copies of the

constitution of their concern, partnership deed and power of attorney with their tender. Tender documents in such cases are to be signed by such persons as may be legally competent to sign them on behalf of the firm, company association or society as the case may be Co-operative societies must likewise submit a attested copy of their certificate of registration alongwith the documents as above mentioned.

The railway will not be bound by any power of attorney granted by the tenderer/s or by changes in the composition of the firm made subsequent to the execution of the contract. The Railway may however recognize such power of attorney and change after obtaining proper legal advise, cost of which will be chargeable to the contractor.

JVs/ Consortiums/ MOUs shall be considered in accordance with Tender Notice / approved tender conditions.

2.4.2. (a) If the tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender/contract as cancelled, if a partner of firm expires after the submission of their tender, the Railway shall deem such tender as cancelled unless the firm retain its character.

2.4.2 (b) If the contractor’s firm is dissolved on account of death, retirement of any partners or for any reason what-so-ever

before fully completing the whole work or any part of it, undertaken by the principal agreement the surviving partners shall remain jointly/severally and personally liable to complete the whole work to the satisfaction of the Railway due to such dissolution. The amount of such compensation shall be decided by Divisional Rail Manager N.Rly Firozpur Cantt and his decision in the matter shall be final and binding on the contractor.

2.4.2. (c ) The cancellation of any documents such as power of attorney, partnership deed etc., shall forth be communicated to the

Railway in writing, failing which the Railway shall have no responsibility or liability for any action taken on the strength of the said documents.

2.4.2. (d) The value of contract and the quantities given in the attached schedule of items, rates and quantities are approximate

and are given only as a guide. These are subject to variations/additions and omission. The quantum of work to be actually carried out shall not form the basis of any dispute regarding the rates to be paid and shall not give rise to claim for compensation on account of any increase or decrease either in the quantity of in the contract value.

Page 20: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 20 of 54 Signature of DEN/ Sr. DEN-

2.5 INCOME TAX DEDUCTION 2.5.1 Under Section 194-C of the Income Tax Act 1961 deduction of 2% plus surcharge as applicable on Income Tax

will be made for sums paid for carrying out the work under this contract. In case of supply contract for ballast, deduction of 2% (Two Percent) Income tax will be made for the sums paid for labour portion only (i.e., loading, unloading, stacking, measurement and laying etc).

3.0 EARNEST MONEY: 3.1 The tender must be accompanied by a sum of `_________ /- (` _______________________________only) ) 2%

for works estimated to cost up to `1 Crore) and for works estimated to cost more than ` 1 Crore -` 2 lakhs plus 1/2 % (half percent) of the excess of the estimated cost beyond `1 Crore, subject to a maximum of `1 Crore, (as indicated in tender notice ) as earnest money in the manner prescribed in para 3.2. failing which the tender shall be summarily rejected. The earnest money shall be rounded to the nearest Rs 10.

3.1.1 Labour Co-operatives are required to deposit only 50% of the earnest money as referred to clause 3.1 above. 3.1.2 The tenderer/s shall keep the offer open for a period of 90 days from the date of opening of the tender in which

period tenderer/s cannot withdraw his/their offer subject to period being extended further, if required, by mutual agreement from time to time. It is understood that the tender documents have been sold/issued to the tenderer/s and tenderer/s is/are being permitted to in consideration of stipulation on his/their part that after submitting his/their offer he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to Northern Railway should the tenderer/s fail to observe to comply with the foregoing stipulation or fail to undertake the contract after acceptance of his/their tender the entire amount deposited as earnest money for the due performance of the stipulation and to keep the offer open for the specified period, shall be forfeited to the Railway. If the tender is accepted, the amount of all earnest money will be retained as initial security deposit for due and faithful fulfillment of the contract. The earnest money of unsuccessful tenderer/s will, save as herein before provided be returned to the unsuccessful tenderer/s within a reasonable time, but Railway shall not be responsible for any loss or depreciation that happen to the earnest money for the due performance of the stipulation and to keep the offer open for the period stipulated in the tender documents while in Railway possession nor will be liable to pay interest thereon.

3.2 The Earnest Money of the requisite amount referred to in Clause 3.1 above is required to be deposited either in cash

with the Divisional Cashier, Northern Railway, Firozpur Cantt on any working day before 12.00 H` on __________ or in any of the following forms:-

(i) Deposit receipts, pay orders & demand drafts. These forms of earnest money could be either of the State Bank of India or of any of the Nationalized Banks or by a Scheduled Bank. No confirmatory advice from Reserve Bank of India will be necessary.

(ii) The above instruments should be pledged in favour of Sr.Divisional Finance Manager N.Rly Firozpur Cantt.

(iii) The official cash receipts having a mention of the firm/individual who has deposited the cash or the Deposit Receipt, Pay Order or Demand Draft as mentioned above, as the case may be, is to be attached with the tender, failing which, tender will be summarily rejected.

N O T E:- 1. Tenders submitted with Earnest Money in any form other than those specified above shall not be

considered. 2. Any request for recovery from outstanding bills for earnest money against present tender will not,

under any circumstances, be entertained. 3. No interest will be payable upon the Earnest Money and Security Deposit or amount payable to the

contractor under the Contract. 3.3 The previous deposits of earnest money may be considered for adjustment against the present tender if so desired by

the tender/s only when the earlier tender has been finalized and the earnest money deposited has actually become available without any attachment and there is no change in the constitution of the parties seeking adjustment.

Page 21: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 21 of 54 Signature of DEN/ Sr. DEN-

4.0 ACCEPTANCE OF TENDER: 4.1 “IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/ WHOSE

CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS AND THEREBY CREATE (S) CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER, RAILWAY RESERVES THE RIGHT TO REJECT SUCH TENDER AT ANY STAGE, BESIDES, SHALL SUSPEND THE BUSINESS FOR ONE YEAR”.

4.2 The authority for acceptance of tender rests with Divisional Railway Manager/ Additional Divisional Railway Manager/Sr. Divisional Engineer/Any Authority as per specified SOP as the case may be who does not undertake to assign reasons for declining to consider any particular tender or tende` He also reserves the right to accept the tender in whole or in part or to divide the tender amongst more than one tender if deemed necessary.

4.3 The successful tenderer/s shall be required to execute an agreement with the President of India acting through the Divisional Railway Manager/ Additional Divisional Railway Manager/ Sr. Divisional Engineer/ Any Authority as per specified SOP for carrying out of the work as per agreed conditions. The cost of stamp for the agreement will be borne by the Northern Railway.

4.3.1 The contract operation and proceedings in connection with the work shall at all times be conducted during the continuance of contract in accordance with the laws, ordinance, rules and regulations for the time being in force and the contractor shall further observe and comply with the bye-laws and regulations of the Govt. of India, State Govt. and of Municipal/other authorities having jurisdiction in connection with the work(s) or site over operations such as these are carried out by the contractor/s and shall give all notice required by such bye-laws and regulations. The Hospital and medical regulations in force for the time being shall also be complied with by the contractor/s and his workmen.

4.3.2 The contractor shall be responsible for the observance of the rules and regulations under mines act and mineral rules and Indian Metallurgical rules and regulations of State/Central Govt. concerned as amended from time to time.

4.3.3 The contractor shall at all times keep the Railway administration indemnified against all penalties that may be imposed by the Govt. of India or State Govt. for infringements or any of the clause of the mines act and rules made there under in respect of quarries from which the ballast for these works is procured.

4.4 The tenderer/s shall not increase his/their rate in case the Railway Administration negotiates for reduction of rates. Such negotiations shall not amount to cancellation or withdrawals of the original offer and rates originally quoted will be binding on the tenderer/s.

4.5 The tenderer/s shall submit an analysis of rates called upon to do so. 4.6 A corrigendum shall be issued in case the increase in quantity in one or more items result an extra expenditure in excess of

10% of the value of the contract or `50,000/- whichever is less. For the purpose of assessing the increase in the quantity and the increase in the value of contract only such of the items in which there is any increase shall be taken into account and the saving in other items ignored.

4.7 Non-compliance with any of the conditions set forth here in is liable to result in the tender being rejected. 4.8 Variation in quantities:

The procedure detailed below shall be adopted for dealing with variation in quantities during execution of works contract: 4.8.1 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the

agreement rate. For this, no finance concurrence would be required. 4.8.2 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable,

the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade. (i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at

98% of the rate awarded for that item in that particular tender. (ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid at

96% of the rate awarded for that item in that particular tender. (iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional

unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreement value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO/ FA&CAO(C) and approval of General Manager.

4.8.3 In case where decrease is involved during execution of contract: (a) The contract signing authority can decrease the item upto 25% of individual item without finance concurrence (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank

of S.A. Grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

Page 22: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 22 of 54 Signature of DEN/ Sr. DEN-

(c) It should be certified that the work proposed to be reduced will not be required in the same work. 4.8.4 The limit of varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value

item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

4.8.5 No such quantity variation limit apply for foundation items. 4.8.6 As far as SOR items are concerned, the limits of 25% would apply to the value of SOR schedule as a whole and not on

individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate)

4.8.7 For the tender accepted at Zonal Railway level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

4.8.8 For tender accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager.

4.8.9 For tenders accepted by Board Members and Railway Minister, variation upto 110% of the original agreement value may be accepted by General Manager.

4.8.10 The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

5.0 Security deposit and performance Guarantee on Acceptance of Tender 5.1 The security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as under:

The total security deposit recoverable from a contractor including the amount of earnest money deposited with the tender as given in Clause above will not exceed the security amount recoverable at the rates mentioned above.

The Security Deposit unless forfeited in whole or in part according to the terms and conditions of the Contract, shall be released to the contractor only after the expiry of the maintenance period and after passing the final bill based on ‘ no claim certificate’. Thus before releasing the SD, an unconditional and unequivocal no claim certificate form the contractor concerned should be obtained. The competent authority should issue the certificate regarding the expiry of the maintenance period and passing of the final bill based on ‘ no claim certificate’. The competent authority shall be the authority who is competent to sign this contract. If the competent authority is of the rank lower than JA grade, then a JAG officer/Senior Scale officer holding independent charge (concerned with work) should issue the certificate.

Note: (i) After the work is physically completed , security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

i) In case of contracts of value `50 Crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit.

5.2. Performance Guarantee: The procedure for obtaining Performance Guarantee is outlined below:-

(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter Of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, ie from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

(b) The successful bidder shall submit the Performance Guarantee(PG) in any of the following forms, amounting to 5% of the contract value: (i) A deposit of cash; (ii) Irrevocable Bank Guarantee; (iii) Government Securities including State Loan Bonds at 5% below the market value; (iv) Deposit receipts, Pay Orders, Demand Drafts and Guarantee Bond. These from of Performance Guarantee could be

either of the State Bank of India or of any of the Nationalized Banks; (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Bank;

a The security deposit for each work will be 5% of the contract value,

b The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is recovered,

c Security deposit will be recovered only from the running bill of the contract and no other mode of collecting security deposit such as security deposit in the form of instruments like BG, FD etc. shall be accepted towards security deposit.

Page 23: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 23 of 54 Signature of DEN/ Sr. DEN-

(vi) A Deposit in the Post office Saving Bank; (vii) A Deposit in National Saving Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits. (x) National Defence Bonds and (xi) Units Trust Certificates at 5% below market value or at the face value whichever is less. Also, FDR in favour of FA&CAO ( free from any encumbrance) may be accepted.

NOTE: The instruments as listed above will also be acceptable for guarantees in case of Mobilization Advance. (c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance(LOA) has been issued,

but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

(d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5%(five percentage) for the excess value over the original contract value shall be deposited by the contractor

(e) The Performance Guarantee (PG) shall be released after physical completion of the work based on ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

(f) Whenever the contract is rescinded, the Security deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/ her individual capacity or as a partner of any other JV/partnership firm.

(g) The engineer shall not make a claim under the Performance Guarantee except for amount to which the President of India is entitled under the contract (not withstanding and /or without prejudice to any other provisions in the contract agreement) in the event of : (i) Failure by the contractor to extended the validity of the Performance guarantee as described herein above, in which

event the Engineer may claim the full amount of the Performance Guarantee. (ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined

under any of the Clauses/ Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.

(iii) The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

5.3 Exemption of Earnest Money & Security Deposit: Public Sector Undertakings wholly owned by Railways like RITES, IRCON, Konkan Railway Corporation Limited, CRIS, Rail-Tel Corporation etc. are exempted from depositing Earnest Money & Security Deposit.

5.4 Whenever the Railways PSUs are awarded works contracts by Railways, on single tender basis, they are

exempted from the requirements of submitting performance guarantee. However, in the event of failure of the Railway PSU to successfully execute the contract as per terms and

conditions laid down in the agreement, a penalty equivalent to 5% of the original value of contract would be levied.

If Railway PSUs are awarded contract through competitive bidding (open tender, special limited tender etc.) the normal rules regarding submission performance bank guarantee as applicable to other tenderer/s shall be applicable to these PSUs.

6.0 CONDITIONS OF CONTRACT AND SPECIFICATIONS; 6.1 Except where specifically stated otherwise in the tender documents the work is to be carried in accordance with

(i) Northern Railway General Conditions of contract regulations and instructions for tenderer/s and standard form of contract 1999 amended from time to time & upto date(ii) Northern Railway Standard Schedule of Rates 2010 amended from time to time & upto date and (iii) Northern Railway standard Specifications for material and works 1987 copies of all these publications can be obtained from the Divisional Railway Manager N.Rly office Firozpur Cantt on payment as under:-

I) General Conditions of Contract and regulations and instructions to

tenderer/s standard form of contract 1999 `100/-

Page 24: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 24 of 54 Signature of DEN/ Sr. DEN-

ii) Northern Railway Standard Specifications for Material and Works 1987 `70/- iii) Northern Railway Standard Schedule of Rates 2010 ` /-

Demand for these publications from out station will be considered only if a sum of `50/- towards postal charges is also sent with the cost of the books by money order.

6.2 The tender documents referred to in clause 2.1.1 above will govern the works done under this contract in addition

to documents referred to in clause 6.1 above. Where there is any conflict between special tender conditions regarding instructions to tenderer/s, Special conditions relating to site data and specifications and the stipulations contained in the schedule of rates and quantities on the one hand and the Northern railway Standard specifications for Materials and works 1987 the General Conditions of Contract 1999 etc. and the Standard Schedule of Rates of 2010 on the other hand the former shall prevail.

7.0 STUDY OF DRAWINGS AND LOCAL CONDITIONS 7.1 The drawings for the works can be seen in the office of the Divisional Railway Manager Firozpur Cantt. It

should be noted by tenderer/s that these drawings are meant for general guidance only and the railway may suitably modify them during the execution of the work according to the circumstances without making the Railway liable for any claims on account of such changes.

7.2 The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature and conditions of soil, difficulties involved due to inadequate stacking space, due to built up area around the site, availability of materials water and labour probable sites for labour camps, stores, godowns, etc. They should also satisfy themselves as to the sources of supply and adequacy for their respective purpose of different materials referred in the specifications and indicated in the drawings. The extent of lead and lift involved in the execution of works and any difficulties involved in the execution of work should also be examined before formulating the rates for complete items of works described in the schedule.

7.3.1. Fencing at work: Contractor(s) while executing the work of gauge conversion/doubling, yard remodeling etc. shall provide suitable fencing/barricading to protect/segregate the existing Railway line from any damage and un-toward incident, as per ;the directions or plan approved by Engineer-in-charge. The payment of barricading/fencing shall be paid under the relevant N.S. item as given in the Schedule. No work will be started till he fencing/barricading is provided and clearance in writing is issued by the Engineer-in-charge.

7.3.2 Suitable gates/barriers should be installed across the new embankment, preferably adjoining the manned/unmanned level crossings. The entry for the vehicles should be regulated by an authorized representative of the Engineer-in-charge during the working hou`

7.4 During execution of the work, contractors shall ensure that all safety precautions are taken by their man to protect themselves and site to prevent any untoward incident. In this regard contractor will ensure that adequate number of safety helmets, safety belts, safety jackets with reflective arm band; rope ladders emergency light etc. are available at site before the work is actually started. The above list is only indicating and is not exhaustive and safety item will be arranged as per the requirement. Railway reserve the right to stop the work in the absence of proper safety gear and no claim shall be entertained in this regard. Decision of the Engineer-in-charge will be final and binding upon the contractor. The cost of all the safety gear is deemed to have been included in the rates quoted and nothing extra is payable under this contract.

8.0. PERIOD OF COMPLETION 8.1 The entire work is required to be completed in respects within __(___) months from the date of issue of the

acceptance letter/telegram. Time is the essence of contract. The contractor/s will be required to maintain speedy and required progress to the satisfactions of the Engineer to ensure that the work will be completed in all respects within the stipulated period failing which action may be taken by the Railway Administration in terms of Clause 17 and/or clause 62 of the General Conditions of Contract, 1999.

8.2 The contractor/s shall arrange to execute the different items of works in close consultation with and as per

directions of the Engineer so that other works being executed in the same area either departmentally or through another agency such as steel erection, P-way earthwork in formation, etc. are also progressed concurrently. It may be noted, however, that any delay in the execution of departmental works, for whatsoever reason shall not be accepted as an excuse for non-performance of the contract.

Page 25: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 25 of 54 Signature of DEN/ Sr. DEN-

8.3 The contractor/s will be required to give Sr. Divisional Engineer/Divisional Engineer, monthly progress report of the work done during the month on 4th of the following month. He will also give to the SrDEN/DEN, the program of work to be done in coming month by 25th of the preceding month. The programme will be subject to alteration or modification at the direction of competent authority who may discuss such modifications or alterations with the contractor as considered necessary. Approval of any program shall not in any way relieve the contractor from any of the obligations to complete the whole of work by the prescribed time or extended time, if any.

8.4 Incentive Bonus Payment clause (TO BE APPLICABLE ONLY IF SPECIFICALLY MENTIONED IN

SPECIAL CONDITIONS RELATED TO SITE DATA AND SPECIFICATIONS) The incentive bonus payment clause will apply to contracts for throughput enhancement relating to “Doubling” & “Traffic facility” works only. The contracts which are for works covering plan heads other than doubling and traffic facility the incentive bonus clause shall not apply. The incentive bonus payment will be regulated as follows:- 1) This incentive Bonus payable shall not be more than 1% of the initial contract value or revised contract

value whichever is less for every one month of early completion ahead of the original completion period or revised completion period whichever is less.

2) However, the maximum incentive bonus shall not be more than 6% of the original contract value or revised contract value whichever is less.

3) Period less than one month shall not be reckoned for the incentive bonus calculation.

4) This incentive scheme shall not apply if extension to the original completion period is given irrespective of on whose account (Railway’s Account or Contractor’s Account)

9.0 RATES FOR PAYMENT 9.1 The rates given in the attached schedule of rates tendered by the contractor and as accepted by the Railways will

form the basis of payment for such items under this contract. 9.2 No material price variation or wages escalation on any account whatsoever the compensation for Force majure

etc. shall be payable under the contract except payable as per price escalation clause if any, provided separately in the tender documents.

9.3 The rates for any item of work not included in the Schedule of items, Rates and quantities and which the contractor my be called upon to do by Railway Administration shall be fixed by the supplementary written agreement between the contractor and the Railway before the particular item or items of work is/are executed in the event of such agreement not being entered into and executed the Railway may execute these works by making alternative arrangements. Railways will not be responsible for any loss or damages on this account.

9.3.1 The contractor shall work in close co-operation with the contractor/ departmental staff working in the adjacent sections of Railway local authorities.

9.4 It should be specifically noted by the tenderer/s that no separate loading, unloading and leading charges for materials (which are supplied by the Railway) shall be paid for by the Railways and the rates quoted by the tenderer/s shall be inclusive of all these charges.

9.5 The items Nos. description, units and rates given against SOR items in schedule of items, rates & quantities are as per Northern Railway Standard Schedule of Rates, 2010 and any discrepancy during the execution of the work in the working rates, quantity and units etc. should be rectified by reference to the printed SSOR of N.Rly which shall be treated as authority and will be binding on the contractor.

9.6 Should there arise any items which may be necessary for the completion of work but which does not appear in the Schedule of items, rates and Quantities attached with tenders, items rate will be fixed by analysis of actual in puts of all types including labour and material or derived from the labour and material rtes given in the Northern Railway Standard Schedule of Rates, 2010. The rates for such non-scheduled items occurring during the course of construction shall be payable subject to the approval of the competent authority. No items of work requiring non-schedule rates will be carried out unless ordered to do so by the Engineer. The rates derived from the Northern Railway Standard Schedule of Rates, 2010 will be subject to percentage above or below tendered by the contractor.

9.7 Payment for the work done will be made to the contractor only when the formal agreement has been executed between the parties.

9.8 SUPPLEMENTARY AGREEMENT

Page 26: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 26 of 54 Signature of DEN/ Sr. DEN-

After the work is completed and taken over by the Railway as per terms and conditions of the contract agreement or otherwise concluded by the parties with mutual consent and full and final payment is made by the Railway to the contractor for work done under the contract the parties shall execute the supplementary agreement annexed here to as Annexure-‘B’.

9.9 Measures to be taken in construction and repairs on road, embankments etc. 9.9.1 All borrow pits dug for and in connection with the construction and repairs of buildings, roads, embankments etc.

shall be deep and connected with each other in the formation of drain directed towards the lowest level and properly sloped for discharge into a river, stream, channel or drain and no person shall create any isolated borrow pit which is likely to cause accumulation of water which may breed mosquitoes.

9.9.2 Non fulfillment of the provision in 9.9.1 above shall be a breach of the contract and contractor/s shall be liable to pay by way of agreed liquidated damages to the Railway at the rates of `100/- for each breach and in addition to that contractor further undertake to pay the amount incurred by the Railway in getting the said job/s done at the risk and cost of the contractor. Besides this, the contractor will also be held responsible for any laws for contravening them.

10.0 SETTING OUT WORKS 10.1 The contractor is to set out the whole of the work in consultation with the engineer or an official to be deputed by

the Engineer and during the progress of works to amend on the requisition of the Engineer any errors which may arise there in and provide efficient and sufficient staff and labour thereon. The contractor shall also alter or amend any errors in the dimension lines on level to the satisfaction of the Engineer or his authorized representative without claiming any compensation for the same.

10.2 The contractor shall provide, fix and be responsible for maintenance of all stocks, templates, profiles, land marks, points, burjies, monuments, center line pillars, reference pillars, etc. and shall take all necessary precautions to prevent their being removed altered or disturbed and will be responsible for the consequence of such removal, alterations or disturbances and for their efficient reinstatement.

10.3 The contractor shall protect and support, as may be required or as directed by the Engineer, building, fences, walls, towers, drains, road paths, waterways, foreshores banks, bridges, Railway ground and overhead electric lighting, the telegraphs/telephones and crossing water service main pipes and cables and wire and altogether matters and things of whatever kind not otherwise herein specified other than those specified or directed to be removed or altered which may be interfered with or which is likely to be affected disturbed or endanger by the execution completion of maintenance of the works and shall support provided under this clause to such cases as directed by the Engineer. No payment shall be made by the Railway to the contractor for these works on account of delay for re-arrangement of road traffic or in the contractor having to carry out the short lengths and in such places as per conditions and circumstances may warrant. These will not form the basis of any claim and or dispute for compensation of any kind.

11.0 DRAWING FOR WORKS: 11.1 The Railway Administration reserves the right to modify the plans and drawings as referred to in the special data

and specifications as also the estimate and specifications without assigning any reasons as and when considered necessary by the railway. The percentage rates for the schedule items and items rates for the non-schedule items quoted by the contractor as may be accepted by the railways will, however, hold good irrespective of any changes, modifications, alterations, additions, omissions in the location of structures and detailed drawings, specifications and/or the manner of executing the work.

11.2. It should be specifically noted that some of the detailed drawings may not have been finalized by the Railway and will, therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on this account shall be payable by the Railway Administration.

11.3 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the work/s arising out delay in approval of drawings, changes, modifications, alterations additions, omission and the site layout plans or details drawings and design and or late supply of such material as are required to be arranged by the Railway or due to any other factor on Railway Accounts.

12.0. SUPPLY OF MATERIAL BY THE RAILWAY 12.1 If at any time, material which the contractor/s should normally have to arrange himself/themselves, are supplied

by the Railway either at the contractor request or in order to prevent any avoidable delay in the execution of work

Page 27: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 27 of 54 Signature of DEN/ Sr. DEN-

due to the contractor’s inability to make adequate timely arrangements for supply thereof or for any other reason, recovery will be made from the contractor’s bill either at the market rate prevailing at the time of supply or at the book rate which ever is greater and fixed departmental charges viz. freight at 5% (8.33% for items or iron and GI pipe steel) incidental charges at 12% and added on total cost of supervision charges at 12-1/2%. No carriage or incidental which he/they is required to arrange himself/themselves in accordance with the terms and conditions of this contract.

12.1.1 In the case, cement and/or steel is issued to the contractor/s free of cost or on the cost to be recovered for use on the work, the supply thereof shall be made in stages limited to the quantity/quantities computed by the Railway according to the prescribed specifications and approved drawings as per the agreement. The cement and/or steel issued in excess of the requirements as above shall be returned in perfectly good conditions by the contractor to the Railway immediately after completion or determination of the contract. If the contractor/s fail/s to return the said stores, then the cost of cement and/or steel issued in excess of the requirement computed by the Railway according to the specifications and approved drawing will be recovered from the contractor/s @ twice the prevailing procurement cost at the time of last issue viz. (purchase price + 5% freight only). This will be without prejudice to the right of the Railway to take action against the contractor/s under the conditions of the contract for not doing/completing the work according to the prescribed specifications and approved drawings. If it is discovered that the quantity of cement and steel used is less than the quantity ascertained as herein before provided the cost of the cement and/or steel not so used shall be recovered from the contractor/s on the basis of the above-stipulated formula.

12.1.2 The contractor shall be responsible for the safe transport custody and storage of all railway materials issued to him and he will be liable to make good the loss due to any cause whatsoever, that may be suffered by the railway on this account. Special precautions should be taken in respect of cement while transporting cement, step should be taken to safeguard against cement becoming damp or wet due to moisture or rain. The contractor will also be responsible for storing cement in damp proof condition at site of work at his own cost in accordance with the standard specifications. The engineer shall decide whether the cement stored in the godowns is fit for the work and his decision shall be final and binding to the contractor/s.

12.2. The contractor should supply a schedule showing the requirement of explosives/materials required to be supplied to him by the railway based on detailed plans. The materials will be arranged by the railway according to the schedule unless otherwise modified by the railway due to additions or alterations in the approved plans. No claim whatsoever will be entertained by the railway on account of late supply of such material as are required to be arranged by the Railway.

12.3. SUPPLY OF CEMENT AND STEEL BY THE RAILWAYS 12.3.1. Cement, Mild Steel/H.Y.S.D./Bars/RSJ/MS plate, etc. to be supplied by the railway to the extent as would

become a part of the work involved in the tender schedule will be supplied by the Railway free of cost or on cost recovery basis as the case maybe as per relevant clauses of special conditions relating to site data and specifications at specified Railway go-down(s) on the Division. The contractor will be required to lead the same to the site of work at his own cost subject to payment at the rate as quoted against relevant item of N.S. items in the Schedule of items, Rates & quantities.

12.3.2. Cement and steel required for temporary works timbering, shuttering, centering, scaffolding, etc. will have to be arranged entirely by the contractor at his own cost.

12.3.3. The empty cement bags for the supply of cement by the Railway shall be property of the contractor and the cost of the same shall be recovered at the rate of Rupees two per empty cement bag from the ‘on account bill’ of the contractor in case the cement is supplied in Jute bags. No recovery on account of empty cement bags shall be made from the contractor, in case the cement is supplied in H.D.P.E. bags. The Railway, however, reserves its right to take empty bags as are in good conditions and in that case no recovery will be made for bags so taken back. These rates will apply for bags deteriorated while in use and not found acceptable to the railway so taken back from the contractor.

13.0. SUPPLY OF MATERIALS BY THE CONTRACTOR/S 13.1 Materials used in the work by the contractor shall conform to the Northern Railway Standard Specifications and

the relevant B.I.S./I.R.S. specifications, and should be approved by the engineer before utilizing them on works. 13.2 It should be clearly understood that the tendered rates include wastage and wash away due to rains, storms, floods

or any other cause whatsoever.

Page 28: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 28 of 54 Signature of DEN/ Sr. DEN-

13.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will be paid for the materials, tools and plants and tools arranged and brought by the contractor to the site of work.

13.4 Stage payment for supply of steel by the contractor (For works above `15 Crores): Stage payment limited to 75% of the rate of steel awarded in the contract (as a separate NS item for the purpose) shall be made to the contractor for steel physically brought by the contractor to the site (even before its actual use in the work) subject to following:-

(a) The material shall be strictly in accordance with the contract specifications. (b) The material shall be delivered at site and properly stored under covered sheds at contractor’s cost

and protected against damage, deterioration, theft, fire etc. to the satisfaction of the engineer in charge. The contractor shall store the bulk material in the measurable stacks.

(c) The quantities of materials shall be brought to the site only in such installments that would facilitate smooth progress of work and consumed in reasonable time. The decision of Engineer-in-charge regarding quantity of steel to be brought to the site shall be final and binding to the contractor.

(d) Proper accountal in the material register to be maintained in the prescribed format at the site for the receipt and use of the material on day to day basis.

(e) Submission of indemnity bond with a validity up to the completion/extended period in the prescribed format at the contractor’s cost, vesting the ownership of such material with the railways.

(f) Submission of insurance policy with a validity upto the completion/extended period at the contractor’s cost, in favour of the railway against damage, deterioration, theft, fire etc.

The balance payment shall be released only after material is actually consumed in the work. The price variation claim for steel would continue to be governed as per extant PV clause and with reference to delivery at site.

14.0. SERVICE ROADS 14.1 The contractor/s shall make his/their arrangements for service roads, paths etc. for carrying his/their tools and

plants, labour and materials etc. and will also allow the railway use of such paths and service roads etc. for plying its on vehicles free of cost. The tenderer/s will be deemed to have included the cost of making any service roads, roads or paths, etc., that may be required by him/them for plying his/their vehicles for the carriage of his/their man and materials, tools, plants and machinery for successful completion of the work. Similarly, any other feeder road connecting any of the existing roads will be made by the contractor at his/their own cost including any compensation that may be required to be paid for the temporary occupation or usage of Govt. and or private land without in anyway involving the railway in any dispute for damage and /or compensation.

14.2 In case the railway has its own paths, service roads, the contractor/s will be allowed to use of such paths or service roads free of cost. He / they shall, however, in no way involve the railway in any claims or dispute of whatever kind due to the inaccessibility of such paths or service roads or due to their poor conditions and ;or maintenance or their being to be blocked and /or closed.

14.3 The rates quoted by the contractor as per schedule or items, rates and quantities shall form the basis of ‘ on account payment’ for the various items under this contract.

14.4 In the course of execution of various items of work under schedule of items, Rates and Quantities running bills payment for partly completed works will be made to the contractor. The quantum of such works shall be decided by the engineer-in-charge whose decision shall be final and binding on the contractor.

14.5 No ‘on account payment’ by the railway shall protect the contractor/s against or prevent the railway from recovering from the contractor/s any over payment made to him/them.

14.6 Final payment of the balance amount due, exclusive of the security deposit in terms of clause-5 of these special conditions, will be made after completion of entire work and on the certification of the engineer that work has been completed in all resects and found satisfactory. The security deposit will be refunded 6(Six) months after the date of completion according to clause 5.1 of these conditions.

15.0 EMERGENCY WORK 15.1 In the event of any accident or failure occurring in or about the work or arising out for or in connection with the

construction completion or maintenance of the work which in the opinion of the engineer required immediate attention, the railway may be with its own workmen or other agency execute or partly execute the necessary work or carry out repairs if the engineer considers that the contractors is not in a position to do so in time and charge

Page 29: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 29 of 54 Signature of DEN/ Sr. DEN-

the cost thereof, as to be determined by the Divisional Railway Manager, Northern Railway, Firozpur Cantt, to the contractor.

15.2 In terms of Clause 32 of GCC of May’99, the materials & plants brought by the contractor on the site or land occupied to be used for execution thereof shall immediately, they are brought upon the sites of this said land bee deemed to be the property of the Railway. Vehicles, equipments, plant and machinery of the contractor can be drafted by the Railway Administration at their discretion in case of accidents, natural calamities involving human lives, breaches, stoppage of the train operations or any contingencies which requires such requisitioning as essential. The decision in this regard of the Engineer In charge or his superiors i.e. DEN/Sr.DEN etc. shall be final and beyond the ambit of arbitration clauses i.e. exception of arbitration clauses.

15.3 In terms of the clause No.2.3.2 (A) (iv) tenderer is required to submit the list of equipment, machinery, construction tools and plants available/ deployed at site. The successful tenderer on receipt of acceptance letter and conveying their consent, shall submit name, addresses, telephone nos. fax nos./E-mail address of the persons to be contacted for requisition the above items as detailed in foregoing clause 15.2 and notify from time to time if any change in the list of equipment/machinery or the addresses/individuals to the Engineer In-charge in writing. The name and address, telephone nos and the contractor officials name shall also be displayed at the site of work.

15.4 The man-power, consumable items and maintenance of the above tools & plants when requisitioned shall be the responsibility of the tenderer/contractor so that the equipments, machinery, tools & plants shall be available for effective utilization at the accident sites, natural calamities, breaches sites etc.

15.5 The hire charges per annum shall be calculated at the following rates on the purchase cost of the plant as under:- (i) Depreciation charges at the following rates:

a) Light plant 16% per annum. b) Heavy plant 10% per annum. c) Special plant 6% per annum

(ii) An additional 10% on the total of (1) above to meet contingencies. (iii) 10% contractor profit on total cost as detailed (i) to (ii). (iv) The hire charges per day shall be arrived at dividing the annual hire charges of total of (i) to (iii) above

by 250, which shall be the assumed number of working days in year for this purpose. These higher charges will be payable from the day the plant is handed over to the Railway to date on which it is returned to the contractor by Railway.

(v) The contractor manpower charges shall be payable @ minimum wages as notified by the State Govt/Local bodies/Labour deptt. As the case may be for highly skilled, semi-skilled personnel drafted for operating the plant & machinery.

(vi) The payment for the fuel cost shall be paid on the basis of the actual expenditure incurred by the contractor for purchases + 10% contractor’s profit thereof which will be the payments towards his miscellaneous expenses too.

16.0 NIGHT WORK 16.1 If the engineer is satisfied that the work is not likely to be completed in time except by resorting to night work, he

may order without confirming any right on the contractor for claiming any extra payment for the same. 17.0 DISPOSAL OR SURPLUS EXCAVATED MATERIALS 17.1 The contractor shall at all time keep the site free from all surplus earth, surplus materials, and all rubbish which

shall arise from the works and should dispose of the surplus excavated materials as ordered by the engineer failing which it will be done at the cost of contractor and cost will be deducted from his dues.

17.2 The contractor shall within 15 days of completion of entire works remove all unused and surplus materials tools and plants staging and refuge or other materials produced by his operations and shall leave the site in a clear and tidy conditions.

18.0 SITE INSPECTION REGISTER 18.1 A site inspection register will be maintained by the Engineer or his representative in which the contractor will be

bound to sign day to day entries made by the Engineer or his representative. The contractor is required to take note of the instructions given to him through the site inspection register and should comply with the same within a reasonable time. The contractor will also arrange to receive all the letters etc. issued to him at the site of works.

18.2 The contractor shall, from time to time (before the surface of any portion or the site is interfered with or the work thereon begun) take such levels as the Engineer may direct in his presence or any person authorised by him in writing. Such levels approved and checked by him or such authorised persons shall be recorded in

Page 30: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 30 of 54 Signature of DEN/ Sr. DEN-

writing and signed by the contractor and shall form the basis of the measurements. Immediately before any portion of the work, below water level is started the existing water levels are to be taken and recorded in a similar manner.

19.0 The contractor shall have to make and maintain at his own cost suitable approach road and path etc. for proper inspection of the various works. He shall also provide all facilities as required by the Engineer such as ladder and other appliances for satisfactory inspection of the works and places where materials for the work are stored or prepared.

20.0 OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST Should the engineer or any representative consider it necessary for the purpose of enabling inspection of tests analysis to be made to verify or ascertain the quality of any part of the works or of any materials, the contractor shall as and when required by the Engineer or his representatives open up the work or materials for inspection or test or analysis, pull down or cut into any part of the work to make such openings, into under or through any part of the works as may be directed and shall/provide all things facilities which in the opinion of the Engineer or his representative are necessary and essential for the purpose of inspection or test or analysis of the works or of any part thereof or the materials, or of workmanship and the contractor shall close up, cover, rebuild and made good the whole at his own cost, as and when directed by and to the satisfaction of Engineer provided always that of the work in the opinion of the Engineer is found to his satisfaction and in accordance with the contract. The excess expenditure in such examination, inspection or test shall, upon the certificate of the engineer, be borne by the Railways.

21.0 GENERAL 21.1 PROVISION OF LIGHT SIGNALS ETC.

The contractor/s shall make such provision for lighting the works, materials and plant and provide all such marks and lights, signals and other appliances as may be necessary or as may be required by the Engineer or other responsible authorities during the execution completion and maintenance of the work and shall provide all labour, stores, etc., required for their efficient working and use at any time of day or night. He/they shall also provide all arrangement of every description of watching and maintenance required in connection with foregoing and all other services for protection of any securing all dangerous places whether to the contractor’s workmen or to other persons and or vehicular traffic until the work is certified by the engineer to have been completed and taken over in accordance with the contract.

21.2 The contractor/s will provide upon the works to the satisfaction of the Engineer and at such, places as he may nominate, proper and sufficient life saving, fire fighting and first aid appliances which shall at all times be available for use.

21.3 LABOUR CAMP

Land for setting up a workshop by the contractor or for his labour camp or for any other purpose, shall have to be arranged by the contractor at his own cost and under his own arrangements. The contractor, however, will be permitted to make use of the railway land to the extent that can make use of the railway land to the extent that can be made available to him free of cost, by the railway in the vicinity of the site of works. The contractor/s shall at all times be responsible for any damage or trespass committed by his agent and workmen for carrying out the work.

21.4 The railway administration may recommend to the concerned authorities the issue of necessary transport permits for the work. The contractor shall, however, furnish full justification for the above facilities, to enable the Railway administration to address the State Government or other authorities in this connection. The contractor shall also maintain regular log book of receipts and issue of the materials to work, if so required by the Civil Authorities. No claim would, however, be entertained by the non-issue of any priority permits or owing to any interruption in supply.

21.5 No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claim shall be entertain for business loss or any such loss.

22.0 Levy of Token Penalty

Page 31: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 31 of 54 Signature of DEN/ Sr. DEN-

22.1 Attention is invited to clause 17 (B) of the GCC and clause 8.1 of Special Tender Conditions and Instructions to the Tenderers according to which time is the essence of the contract. The competent authority while granting extension to the currency of contract under 17 (B) of GCC may also levy token penalty as deemed fit.

23.0 SALES TAX/TURN OVER TAX/LOCAL TAX. The contractor shall be governed by the Taxes applicable at the place of actual execution of work.

23.1 Sales Tax including turn over tax on works contract, octroi, royalty, toll tax, local tax on materials as well as services and any other tax levied by Central Govt /State Govt. or local bodies shall be borne by the tenderer. No part of such taxes on contractor’s labour/material or any other account will be paid by the Railways. Therefore, the contractor must ascertain the various taxes levied by the concerned Govt or local bodies at the place of execution of work and take into account for the same while quoting the rates. This should be kept in view before tendering.

23.2 If there is any increase/decrease/imposition of new tax/removal of existing tax by Central Govt/State Govt/Local bodies in respect to any of the tax mentioned above, the same shall be borne by the contractor and neither any additional payment will be made, nor any recovery will be made on this account. This should also be kept in view before tendering, as no subsequent changes will be made in the rates payable to the contractor on this account.

23.3 Railways will deduct the sales tax or any other tax specified by the concerned Central Govt/State Govt/Local bodies if required to be deducted at source under the relevant laws as applicable on the date of making the payment. Railway will issue a certificate regarding tax so deducted. It will be responsibility of the contractor to make further correspondence with concerned Govt or local bodies to ensure full deposition of the tax or for claiming a refund, if due, as is done in case of income tax.

23.4 In case any tax is notified to be deducted at source from a specified date and certain payments have already been made in the period that lapsed between the date of applicability of tax and the actual date of implementation of the same, tax required to be deducted at source for this period will be recovered from the subsequent payment.

23.5 Implementation of – The Building and Other Construction Workers (RECS) Act, 1996 and The Building and Other Construction Workers Welfare Cess Act, 1996 in Railway Contracts: “The tenderer for carrying out any construction work in J&K/Punjab/H.P. must get themselves registered from the Registering Officer under Section-7 of the Building and other Construction Workers Act, 1996 and rules made thereto by the concerned state Govt and submit certificate of Registration issued from the Registering Officer of the concerned state Govt. (Labour Deptt.). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of the cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.” .

24.0 All payments in respect of the contracts during the currency of the contracts shall be made through electronic

Clearing system (ECS)/Electronic Funds Transfer (EFT). The successful tenderer on award of contract must submit ECS/EFT Mandate Form complete in all respects as detailed at annexure-J of the tender document. However, if the facility of ECS/EFT is not available at a particular location the payment shall be made by Cheque. In such case the successful tenderer on award of contract will have to furnish contractor’s Bank Account Number and Name of he Bank against which all payments in respect of the contract during the currency of contract shall be made.

25.0 Contractor(s) executing the works adjacent to the existing Railway track for e.g. doubling, gauge conversion, yard remodeling etc. will take all care for avoiding any damage to the underground/OH services such as S & T cables, electric cables/wires, pipelines/sewer lines etc. They must ensure that the work is started after obtaining clearance in writing from the Engineer-in-charge regarding the route for signaling/electrical cables/water supply/sewer lines etc. However, if any damage occurs during execution, he will immediately report the same to the Engineer-in-charge and stop the work further till clearance for restarting he work is given by the Engineer-in-charge. It may be further noted hat if it is proved that damage is occured due to the negligence on the part of the contractor, the cost of the damage will be recovered from him/them. The decision of Engineer-in-charge will be final and binding upon the contractor(s).

26.0 Tender documents downloaded from internet 26.1. Tenderer/s are free to down load ender documents at their own risk and cost for the purpose of perusal as well as

for using the same as tender documents for submitting their offer. Master copy of the tender documents will be available in the office of the Divisional Rail Manager N.Rly. Firozpur Cantt. After award of work, an agreement will be drawn up. The agreement shall be prepared based on the master copy available in the office of

Page 32: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 32 of 54 Signature of DEN/ Sr. DEN-

Divisional Rail Manager N.Rly. Firozpur Cantt and not based on the tender documents submitted by the tenderer. In case of any discrepancy between the tender documents downloaded from internet and the master copy, later shall prevail and will be binding on the tenderers. No claim on this account will be entertained.

27.0 Maintenance Period : The contractor will have to maintain the work for a period of __Six__(___6____) months

from the date of completion of work as certified by Engineer-in-charge of the work. 28.0. Price Variation Clause : 28.1 The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the

work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes/ any other levies/- tolls etc. except that payment/recovery for overall market situation shall be made as per price variation clause given in para below :

28.2 No cognizance will be given for any sort of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustment in payments. The contact shall, however, be governed by the general price variation clause as under :

28.3 Adjustment for variation in prices of material, labour, fuel, explosives, detonators shall be determined in the manner prescribed below :

28.4 The percentage component of various items in a contract on which variation in prices shall be admissible shall be :- Material component = % Labour component = % [To be specified depending upon the type of the work] Explosives component = % Detonators component = % Fuel component = %

For Fixed component = % (No price variation will be admissible for this) The above weight age will be applied on the value arrived at after deducting the cost of steel and cement from the

total contract value. 28.5 (A-1) The amount of variation in prices in the several components (labour, material etc) shall be worked out by the

following formulae (except cost of steel and cement supplied by contractor as a separate NS item) :- (i) L = R x (I-IO) X P IO 100 (ii) M = R x (W-WO) X Q WO 100 (iii) U = R x (F-FO ) X Z FO 100 (iv) X = R x (DE-DO ) X S EO 100 (v) N = R x (D-DO ) X T DO 100

L – Amount of Price Variation in Labour M – Amount of Price Variation in Materials U – Amount of Price Variation in Fuel X – Amount of price variation in Explosives N – Amount of price variation in Detonators R – Gross value of the work done by the contractor as per on account bill(s) excluding (i) Cost of materials supplied by Railways at fixed price

Page 33: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 33 of 54 Signature of DEN/ Sr. DEN-

(ii) Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 29.5 A2(I) and clause no.29.5 A2(II).

(iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer).

IO = Consumer Price Index Number for Industrial Workers – All India –as Published in RBI Bulletin for the base period.

I = Consumer Price Index Number for industrial Workers – All India- as published in RBI Bulletin based on the average price index of the three months of the quarter.

WO = Index Number of wholesale Prices – By Groups and sub-groups – All commodities – as published in the RBI Bulletin for the base period.

W = Index Number of wholesale Prices – BY groups and sub groups – All commodities – as published in the RBI Bulletin based on the average price index of the three months of the quarter.

FO = Index Number of wholesales Prices – By Groups and sub-Groups for Fuel, Power, Light and Lubricants as published in the RBI Bulletin for the base period. F = Index Number of wholesale Prices – By Group and sub-groups for Fuel, Power, Light and Lubricants as

published in the RBI Bulletin based on the average price index of the three months of the quarter EO = Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of

explosives are made by the contractor for the base period. E = Cost of explosive as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of

explosives are made by the contractor for the first month of the quarter under consideration. DO = Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of

detonators are made by the contractor for the base period. D - Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of

detonators are made by the contractor for the first month of the quarter under consideration. P = % of labour component Q = % of material component Z = % of fuel component S = % of explosive component T = % of detonators component

NOTE :-

1. The Price Variation Clause shall be applicable for tenders of value more than Rs One Crore irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs One Crore.

2. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC.

3. No maximum value for the price variation is prescribed. 4. If, in any case, the accepted offer includes

(i) Cost of materials supplied by Railways at fixed price

(ii) Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 28.5 A 2(I) and clause no.28.5 A2(II).

(iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer).

Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations.

5. The index number for the base period will be the index number as obtained for the month of opening of the tender and the quarters will commence from the month following the month of opening of tender. However, if the rates quoted in negotiated tender are accepted, the base month for the price variation clause is the month in which negotiations are held.

Page 34: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 34 of 54 Signature of DEN/ Sr. DEN-

6. The adjustment for variation in prices if required shall be made once every quarter in the on-account payments, if more than one on-account payment is made to the contractor in a quarter, the adjustment, if required shall be made in each bill.

7. The price variation should be based on RBI’s average price index of the 3 months of the quarter. 8. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by

the Reserve Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available.

9. The weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value.

10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be.

Statement showing the percentage of Labour Components, Material Components, Fuel Components, etc. in various types of works.

(a) Earthwork Contract Labour component 50% Fuel component 20% Other material components 15% Fixed component 15% *

Ballast and Quarry Products Contracts Labour component 55% Fuel component 15% Other material components 15% Fixed component 15%*

(b) Tunneling Contracts Labour component 45% Fuel component 15% Explosive component 15% Detonaters component 5% Other material components 5% Fixed component 15%*

(c) Track Renewal Works or Works with Contractor’s Portal Cranes Labour component 50% Fuel component 12.5% Other material components 12.5% Fixed component 25%*

(d) Other works Contracts Labour component 30% Material component 25% Fuel component 15% Fixed component 30%*

*Will not be considered for any price variation. 28.5 A-2(I) Price Variation in case of Steel supplied by the contractor This special Price Variation Clause will be applicable only on Iron and Steel supply items of tender schedule without value addition. The amount of variation for the component of supply of steel shall be adjusted (paid/recovered) by the following formulae :- Ms = Q(Bs-Bso) where Ms= Amount of price variation in steel payable/recoverable. Q= Weight of steel in tones supplied by the contractor as per the on account bill for the month under consideration. Bs= SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tone) for the

relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel

Page 35: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 35 of 54 Signature of DEN/ Sr. DEN-

was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.

Bso= SAIL’s ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.

NOTE: 1. Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL’s ex-

works price plus Excise Duty thereof are as under:- SN Category of steel supplied in the Railway

work Category of steel produced by SAIL whose ex-works price plus Excise Duty thereof would be adopted to determine price variation.

1 Reinforcement bars and other rounds. TMT 8 mm IS 1786 Fe 415

2 All types and sizes of angles. Angle 65x65 x 6 mm IS 2062 E250A SK 3 All types and sizes of plates. PM Plates above 10-20 mm IS 2062 E 250A SK

4 All types and sizes of channels and joints. Channels 200 x 75 mm IS 2062 E250A SK 5 Any other section of steel not covered in the

above categories and excluding HTS. Average of price for the 3 categories covered under sl. No. 1,2,3 above.

2. The prevailing ex-works price of steel per tone as on 1st of every month for the above categories of steel as

advised by SAIL to Railway Board would be circulated to all the Zonal Railways. 3. Separate items for ‘supply of steel’ for RCC/PSC work should have been incorporated in the tender schedule to

know the cost of steel actually consumed at any given point of time. 4. The Price Variation Clause shall be applicable for tenders of value more than ` One Crore irrespective of the

contract completion period and PVC shall not be applicable to the tender of value less than `One Crore. 5. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause

was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC.

6. No maximum value for the price variation is prescribed. 7. If, in any case, the accepted offer includes

(i) Cost of materials supplied by Railways at fixed price

(ii) Value of steel, for which PVC is being paid/ recovered under this clause

(iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer).

Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per clause no. 28.5 A 1. 8. The SAIL’s Ex-work price plus Excise Duty there of (in Rupees per tone) for the relevant category of steel, as

prevailing on first day of the month in which tender is opened, will be considered. However, if the rates quoted in negotiated tender are accepted, the base month for PVC will be the month in which negotiations are held.

9. The adjustment for variation in prices, if required, shall be made every month in the on-account payments as per above formula.

10. The Engineer (not below the rank of ADEN) concerned will maintain a register showing receipt of steel from contractor on site (supported by documentary evidence of purchase) and consumption thereof.

11. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be.

12. Steel supplied free or at firm price by Railway, as per contract, if any, will not be considered for calculation of PVC. A-2(II) Price Variation in case of Cement supplied by the contractor This special Price Variation Clause will be applicable only on Cement supply items of tender schedule without value addition.

Page 36: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 36 of 54 Signature of DEN/ Sr. DEN-

1. The amount of variation for the component of supply of cement shall be adjusted (paid/recovered) by the following formulae :-

Where Mc= R x(Wc-Wco)/Wco Where Mc= Amount of price variation in material (-Cement). R= Value of Cement supplied by contractor as per on account bill in the quarter under consideration. Wco= Index No. of Wholesale price of sub-group (of cement) as published in RBI Bulletin for the base period. Wc= Index No. of wholesale price of sub group (of cement) as published in RBI Bulletin for the first month of

the quarter under consideration. Note: 1. Separate items for ‘supply of cement’ for RCC/PSC work should have been incorporated in the tender schedule to

know the cost of cement actually consumed at any given point of time. 2. The Price Variation Clause shall be applicable for tenders of value more than `One Crore irrespective of the contract

completion period and PVC shall not be applicable to the tender of value less than `One Crore. 3. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause

was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC.

4. No maximum value for the price variation is prescribed. 5. If, in any case, the accepted offer includes

(i) Cost of materials supplied by Railways at fixed price

(ii) Value of cement, for which PVC is being paid/ recovered under this clause

(iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer).

Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per clause no.28.5 A 1.

6. The index number for the base period will be the index number as obtained for the month of opening of the tender and the quarters will commence from the month following the month of opening of tender. However, if the rates quoted in negotiated tender are accepted, the base month for the Price Variation Clause is the month in which negotiations are held.

7. The adjustment for variation in prices, if required, shall be made once every quarter in the on-account payments, if more than one on-account payment is made to the contractor in a quarter, the adjustment, if required shall be made in each bill.

8. The price variation would be based on the price index of the first month of the quarter under consideration. 9. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the

Reserve Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available.

10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be.

11. Cement supplied free or at firm price by Railway, as per contract if any, will not be considered for calculation of

PVC. 12. Price variation clause will not apply if price variation is upto 5%. Reimbursement/recovery due to variation in prices

will continue to be made only for the amount in excess of 5% of the amount payable to the contractor.

29.0 Mobilisation Advance: [Applicable for advertised tender value exceeding `10 crores] 29.1 The tender / contractor may be granted a recoverable interest bearing mobilisation advance up to 10% of the contract value

provided he specifically apply for it while tendering. If the contractor fails to apply specifically for mobilisation advance,

Page 37: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 37 of 54 Signature of DEN/ Sr. DEN-

while giving his offer at the tendering stage, in case where grant of mobilisation is permissible, no subsequent requests from him for grant of this advance will be entertained. The rate of interest is 12% p.a.

29.2 The advance will be granted in two installments viz. 5% of the contract value on signing of the contract agreement and the balance 5% on mobilisation of site establishment, setting up of offices, bringing in equipment and actual commissioning of work. Each installment will be released on submission of an irrecoverable guarantee bond from any nationalized bank, in a form acceptable to the railway, for the amount of the installment together with interest charges calculated to the end of the contract period. These two guarantee bonds shall be returned as and when the value of the advance plus interest is recovered from the running bill.

29.3 The recovery of advance and interest thereon will be made through the on account bills, pro rata, commencing when the value of the work executed under the contract reaches 15% of the contract value, and completed when the value of the work executed under the contract reaches 85% of the contract value, or the assessed value of the work which ever is less.

29.4 Interest will be recovered on the advance outstanding for the period commencing from the date of payment of advance till date of particular on account bill (through which recovery of principle is effected) and adjusted fully against such on account bills along with pro rata principle recovery. In the event of any shortfall the same will be carried forward to the next on account bill and will attract interest at 12%.

29.5 The Bank Guarantee for advance should clearly cover Principal plus Interest. Note : The various Instruments as listed for Performance Guarantee (Clause 5.2) will also be acceptable for Mobilization Advance.

30.0 The contractor shall deploy the following technical staff during the execution of work:-

i. One Graduate Engineer when the cost of the work to be executed is `15 Lacs and above. ii. One qualified Diploma holder (overseer) when the cost of the work to be executed is more than `5 Lacs, but

less than `15 lacs. iii. Technical staff shall be available at site whenever required by the Engineer-in-charge, to take instructions. In

case, contractor fails to employ aforesaid technical staff he shall be liable to pay a reasonable amount not exceeding a sum of `2000/-(` Two thousand only) for each month of default in case of Graduate Engineer and ` 1000/-( One thousand only) for each month of default in case of Diploma Holder ( overseer)

iv. The decision of the Engineer-in-charge as to the period for which required technical staff was not employed by the contractor and as to the reasonableness of the amount to the deducted, shall be final and binding on the contractor.

For Divisional Railway Manager,

Northern Railway, Firozpur Cantt (Punjab) For and on behalf of the President of India

Address ………………………….. ....................................... ........................................

Page 38: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 38 of 54 Signature of DEN/ Sr. DEN-

Annexure - A

DOCUMENTS REQUIRED TO BE FURNISHED ALONGWITH THE TENDERS FAILING WHICH TENDER WILL BE TREATED AS INCOMPLETE

1. Partnership deed

2. Power of attorney

3. List of works executed year wise during the last three years along with their value. 4. Credentials issued by the

department for whom the work was executed by the tenderer/s during the last three yea`

5. Financial standing along-

with Banker’s certificate.

6. List of works in hand, their value and their stage of completion.

7. Latest valid Income Tax clearance certificate.

Page 39: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 39 of 54 Signature of DEN/ Sr. DEN-

Annexure-B

SUPPLEMENTARY AGREEMENT

Articles of Agreement made this day _______________in the year Two thousand and_________ between the President of India, acting through the_________________________ Northern Railway Administration having his office at _____________________________hereinafter called the Railway of the one part and __________________________________________of the second part. Whereas the party hereto of the other part executed an agreement with the party hereto of the first part being agreement No ________________________ dated __________ for the performance of ___________________________________ _____________ ___________________________ ___________________ here-in-after called principal Agreement. And whereas it was agreed by and between the parties hereto that the works would be completed by the party hereto of the second part on ______________date last extended and whereas the party hereto of the second part has executed the work to the entire satisfaction of the party hereto of the first part. And whereas the party hereto of the first part already made payment of the party hereto of the second part diverse sums from time to time aggregating to `______________ including the final bill bearing Vr. No._ _________________________dated_______________(the receipt of which is hereby acknowledged by the party hereto of the second part in full and final settlement of all his, its claims under the principal Agreement. And whereas the party hereto of the second part have received further sum of `________________ through the final bill bearing Vr. No._ ________________dated _________(the receipt of which is hereby acknowledged by the party thereto of the second part) from the party hereto the first part in full and final settlement of all his/its disputed claims under Principal Agreement. Now it is hereby agreed by and between the parties in the consideration of sums already paid by the party hereto of the first part to the party hereto of the second part against all outstanding dues and claims for, all works done under the aforesaid Principal Agreement including/excluding the security deposit, the party hereto of the second part have no further dues of claims against the party hereto the first part under the said principal agreement. It is further agreed by and between the parties that the party hereto of the second part has accepted the said sums mentioned above in full and final satisfaction of all its dues and claims under the said Principal Agreement. It is further agreed and understood by and between the parties that in consideration of the payment already made, under the agreement, the said Principal .Agreement shall stand finally discharged and rescinded all the terms and conditions including the arbitration clause. It is further agreed and understood by and between the parties that the arbitration clause contained in the said principal Agreement shall cease to have any effect and /or shall be deemed to be non-existent for all purposes. Signature of contractor/s For and on behalf of the

President of India Witness of the Signature. 1._______________________ 2.______________________

Witness of the Signature 1.____________________ 2.____________________

Address: ________________________

Page 40: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 40 of 54 Signature of DEN/ Sr. DEN-

Annexure-C

P R O F O R M A D E C L A R A T I O N

I/We hereby solemnly declare that I/We visited the site of the work (as on top sheet) personally and have made myself/ourselves fully conversant of the conditions therein and in particular the following :- 1. Topography of area 2. Soil strata at site of work. 3. Source and availability of construction material. 4. Rates for construction of material, water electricity including all local taxes, royalties,

octrois etc. 5. Availability of local labour (both skilled and unskilled) and relevant labour rates and

labour laws. 6. The existing roads and approaches to the site of work and requirements for further

services roads/approaches to be constructed by me/us. 7. The availability and rates of private land etc. that shall be required by me/us for various

purposes. 8. Climatic conditions and availability of working days. I/We have quoted my/our rates for various items in the schedule of items, quantities and rates taking into account all the above factors also.

Annexure-D

Constitution of Firm 1. Full name of contractor/s construction firm and year of establishment. 2. Registered Head Office Address. 3. Branch Office in India.

4 Address on which correspondence regarding this tender should be done. 5. Constitution of firm, give full details including

name of partners/executives/power of attorney/holders etc.

6. Particulars of registrations with Government/Semi Govt. Organization, Public Sectors Undertakings and local bodies etc.

Page 41: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 41 of 54 Signature of DEN/ Sr. DEN-

ANNEXURE- E Details of Plant and Machinery, already available with the firm. SN Particulars of equipment No. of unit Kind and make firm

from which to be hired Capacity

2 3 4 5 Date by which the plant would be available for use on this work.

Age & Condition Work on which it is being used

6 7. 8.

ANNEXURE-F

LIST OF ENGINEERS/PERSONNEL ALREADY AVAILABLE/PROPOSED TOBE EMPLOYED FOR DEPLOYMENT ON THIS WORK:

S.No. Name &

Designation Qualification Professional

Experience

Organization With whom working

Date by which personnel will be available for this work.

1 2 3 4 5 6

.

Page 42: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 42 of 54 Signature of DEN/ Sr. DEN-

Annexure-G

STATEMENT OF WORKS EXECUTED BY THE CONTRACTORS DURING LAST THREE (03) YEARS SN Name and place of work Authority/agency for whom the work

being carried out. Date of award and Agreement No. and date.

1 2 3 4 Date of completion (original/ Actual)

Agreemental cost of work/completion cost.

Principal/technical features of work in brief.

S. No. at which relevant document are enclosed.

5 6 7 8

Annexure-H STATEMENT OF WORKS BEING EXECUTED/IN HAND BY THE CONTRACTOR/S SN Name and place of work Authority/agency for whom the

work is being carried out. Date of award and Agreement No. and date.

1 2 3 4 Date of completion ( Original / actual)

Agreemental cost of work/likely cost.

Principal/technical features of work in brief.

S. No. at which relevant document are enclosed.

Payment taken till.

5 6 7 8 9

Page 43: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 43 of 54 Signature of DEN/ Sr. DEN-

Annexure-I Detail of Contractual payment received in the last three financial year and current financial year

SN Name of work Name of employe Detail of paymen For the financial Total Contract amountreceived

Page 44: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 44 of 54 Signature of DEN/ Sr. DEN-

ANNEXURE-J

FORMS (Supplier Information Form) FORM NO.E-5 Appendix-VIII

Electronic Clearing Service (Credit Clearing) Model Mandate Form

(Investor/customer’s option to receive payments through Credit Clearing Mechanism) Name of the scheme and the periodicity of payment Beneficiary Name: Beneficiary Address: Line 1: Line 2: District/City State/UT Pin Code Tele Bank Details: Bank Name Branch Address Beneficiary A/C Number:

Beneficiary A/c Type (Saving/Current) Digit Branch MICR Code:

Is your bank branch RTGS enabled: Yes No If yes, IFSC code of the Branch:

Countersigned

Signature of the Contractor/Supplier Branch Manager Bank Seal

3. Date of effect

I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme. The electronic clearing service may be arranged through _________________ (……………………………………..)

Signature of the Investor/ Customer Date Certified that the particulars furnished above are correct as per our records. Bank’sStamp

Page 45: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 45 of 54 Signature of DEN/ Sr. DEN-

Annexure-K GUIDELINES FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS TENDER COSTING MORE THAN ` 5.00 CRORE (Railway Board’s letter No. 2002/CE-I/CT/37 dated 02.09.2008)

1. Separate identity/name shall be given to the Joint venture firm. 2. Number of members in a JV firm shall not be more than three if the work involves only one department (say civil or

S&T or electrical) and shall not be mote than five if the work involves more than one department. 3. A member of JV firm shall not be permitted to participate either in individual capacity or as a member of another JV

firm in the same tender. 4. The tender form shall be purchased and submitted only in the name of the JV firm and not in the name of any

constituent member. 5. Normally EMD shall be submitted only in the name of the JV and not in the name of constituent member. However,

in exceptional cases EMD in the name of lead partner can be accepted subject to submission of specific request letter from lead partner stating the reasons for not submitting the EMD in the name of JB and giving written confirmation from the JV partners to the effect that the EMD submitted by the lead partner may be deemed as EMD submitted by JV firm.

6. One of the members of the JV firm shall be the lead member of the JV firm who shall have a majority ( at least 50% ) share of interest in the JV firm. The other members shall have a share of not less than 20% each in case of JV firm with upto three members and not less than 10% each in case of JV firm with more than three membe` In case of JV firm with foreign member(s), the lead member has to be an Indian firm with a minimum share of 51%.

7. A copy of Memorandum of Understanding ( MOU) executed by the JV members shall be submitted by the JV firm along with the tender. The complete details of the members of the JV firm, their share and responsibility in the JV firm etc. particularly with reference to financial technical and other obligations shall be furnished in the MOU. ( The MOU format for this purpose shall be finalized by the Railway in consultation with their law branch and shall be enclosed along with the tender ).

8. Once the tender is submitted, the MOU shall not be modified/ altered/ terminated during the validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited. In case of successful tenderer, the validity of this MOU shall be extended till the currency of the contract expires.

9. Approval for change of constitution of JV firm shall be at the sole discretion of the Employer (Railways). The constitution of the JV firm shall not be allowed to be modified after submission of the tender bid by the JV firm except when modification becomes inevitable due to succession laws etc and in any case the minimum eligibility criteria should not get vitiated. In any case the Lead Member should continue to be the Lead Member of the JV firm. Failure to observe this requirement would render the offer invalid.

10. Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions.

11. On award of contract to a JV firm, a single Performance Guarantee shall be required to be submitted by the JV firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization advance. Machinery Advance etc. shall be accepted only in the name of the JV firm and splitting of guarantees amongst the members of the JV firm shall be permitted.

12. On issue of LOA, an agreement among the members of the JV firm (to whom the work has been awarded) has to be executed and got registered before the Registrar of the Companies under Companies Act or before the Registrar/ Sub-Registrar under the Registration act,1908. This agreement shall be submitted by the JV firm to the Railways before signing the contract agreement for the work. ( this agreement format should invariably by part of the tender condition) . In case the tenderer fails to observe/ comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This joint venture agreement shall have, inter-alia, following clauses:-

12.1 Joint and several liability: - The members of the JV firm to which the contract is awarded, shall be jointly and severally liable to the Employer (Railways) for execution of the project in accordance with General and Special conditions of the contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due t0o non- execution of the contract or part thereof.

12.2 Duration of the Joint Venture Agreement: - It shall be valid during the entire currency of the contract including the period of extension if any and the maintenance period after the work is completed.

Page 46: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 46 of 54 Signature of DEN/ Sr. DEN-

12.3.Governing Laws :- The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws

13. Authorized Member :- Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done to sign measurement books and similar such action in respect of the said tender/ contract. All notices/ correspondences with respect to the contract would be sent only to this authorized member of the JV firm.

14. No member of the Joint Venture firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/ contract.

15. Documents to be enclosed by the JV firm along with the tender : 15.1 In case one or more of the members of the JV firm is / are partnership firm (s), following documents shall be

submitted :- (a) Notary certified copy of the Partnership Deed. (b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value ( in

original ) (c) Power of Attorney ( duly registered as per prevailing law) in favour of one of the partners to sign the MOU and JV

Agreement on behalf of the partners and create liability against the firm. 15.2 In case one or more members is/ are Proprietary Firm or HUF, the following documents shall be enclosed.- Affidavit on Stamp Paper of appropriate value declaring that his concern is a Proprietary Concern and he is sole

proprietor of the Concern OR he is in position of “KARTA” of Hindu Undivided Family and he has the authority, power and consent given by other partners to act on behalf of HUF.

15.3 In case one or more members is / are limited companies, the following documents shall be submitted : (a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV

agreement, authorizing MD or one of the Directors or Managers of the company to sign MOU, JV Agreement, such other documents required to be assigned on behalf of the Company and enter into liability against the company and / or do any other act on behalf of the company.

(b) Copy of Memorandum and articles of Association of the Company. (c) Power of Attorney (duly) registered as per prevailing law) by the company authorizing the person to do/act mentioned

in the para (a) above. 15.4.All the members of the JV shall certify that they have not been black listed or debarred by Railways or any other

Ministry/ Department of the Govt. of India/ State Govt. from participation in tenders/ contract in the past either in their individual capacity or the JV firm or partnership firm in which they were members/ partne`

16. Credentials & Qualifying criteria. Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the following

criteria: 16.1 Technical eligibility criteria : Either the JV firm or any one of the members of the JV firm must have satisfactorily completed in the last three

previous financial years and the current financial year up to the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value. OR

In case of composite works ( e.g. works involving more than one distinct component such as Civil engineering works, S&T works, Electrical works, OHE works etc and in the case of major bridges, substructure and superstructure etc.), at least 35% of the value of each such component of similar nature should have been satisfactorily completed by the JV firm or any one of the members of the JV firm in the previous three financial years and the current financial year up to the date of opening of tender. In such cases, what constitute a component in a composite work shall be clearly defined as part of the tender condition without any ambiguity.

NOTE: Value of a completed work done by a Member in an earlier partnership firm or a JV firm shall be reckoned only to the extent of the concerned member’s share in that partnership firm/JV firm for the purpose of satisfying his compliance of the above mentioned technical eligibility criteria in the tender under consideration.

16.2 Financial eligibility Criteria: The contractual payment received by the JV firm or the arithmetic sum of contractual payments received by all the

members of JV firm in the previous three financial years and the current financial year up to the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender.

NOTE: Contractual payment received by a Member in an earlier JV firm shall be reckoned only to the extent of the concerned member’s share in that JV firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration.

Page 47: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 47 of 54 Signature of DEN/ Sr. DEN-

Anneuxre K-2

Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria 1. The Partnership Firms participating in the tender should be legally valid under the provisions

of Indian Partnership Act.

2. Partnership Firms are eligible to quote tenders of any value.

3. The partnership firm should have been in existence or should have been formed prior to submission of tender. Partnership firm should have either been registered with the competent registrar or the partnership deed should have been notarized prior to date of tender opening, as per Indian partnership Act.

4. Separate identity/name should be given to the partnership firm. The partnership firm should have PAN/TAN number in its own name and PAN/TAN number in the name of the any of the constituent partners shall not be considered. The valid constituents of the firm shall be called partners.

5. Once the tender has been submitted, the constitution of firm shall not be allowed to be modified/altered/ terminated during the validity of the tender as well as the currency of the contract except when modification becomes inevitable due to succession laws etc, in which case prior permission should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have no claims what so ever. Any change in the constitution of Partnership Firm after opening of tender shall be with the consent of all partners and with the signatures of all partners as that in the Partnership deep. Failure to observe this requirement shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraw from the firm after opening of the tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm after opening of tender but prior to award of contract, his/her credentials shall not qualify for consideration towards eligibility criteria either individually or in proportion to this share in the previous firm. Incase the tenderer fails to inform Railway before hand about any such changes/modification in the constitution which is inevitable due to succession laws etc. and the contract is awarded to such firm, then it will be considered a breach of contract conditions, liable for determination of contract under Clause 62 of General Condition of Contract.

6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner of any other firm in the same tender.

7. The tender form shall be purchased and submitted only in the name of partnership firm and not in the name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The EMD submitted in the name of any individual partner or in the name of authorized partner(s) shall not be considered.

Page 48: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 48 of 54 Signature of DEN/ Sr. DEN-

8. One or more of the partners of the firm or any other person(s) shall be designated as the authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a “ Power of Attorney “, specifically authorizing him/them to submit & sign the tender, sign the agreement, receive payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm, sign “ No Claim Certificate”, refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contract. Such “Power of Attorney” should be notarized/ registered and submitted alongwith tender.

9. A notary certified copy of registered or notarized partnership deed shall be submitted along with the tender.

10. On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. All the guarantee like Performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantees among the partners shall be acceptable.

11. On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm only and not in the name of any individual partner.

12. In case, the contract is awarded to a partnership firm, the following undertakings shall be furnished by all the partners through a notarized affidavit, before signing of contract agreement:-

a) Joint and several liabilities:- The partners of the firm to which the contract is awarded, shall be jointly and severally liable to the Railway for execution of the contract in accordance with general and special conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract or due to non-execution of the contract or part thereof.

b) Duration of the partnership deed and partnership firm agreement:- The partnership deed/partnership firm agreement shall normally not be modified, altered, terminated during the currency of contract and the maintenance period after the work is completed as contemplated in the conditions of the contract. Any change carried out by partners in constitution of the firm without permission of Railway, shall constitute a breach of contract liable for determination of contract under clause 62 of General Conditions of Contract.

c) Governing Laws:- The partnership firm agreement shall in all respect be governed by and interpreted in accordance with the Indian Laws.

d) No partner of the firm shall have the right to assign or transfer the interest right or liability in

the contract without the written consent of the other partner and that of the Railway in respect of the tender/ contract.

Page 49: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 49 of 54 Signature of DEN/ Sr. DEN-

13. The tenderer shall clearly specify that the tender is submitted on behalf of a partnership concern. The following documents shall be submitted by the partnership firm, with the tender:-

a. A copy of registered/notarized partnership deed duly authenticated by notary. b. Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from

all partners of the firm in favour of one or more of the partner(s) or any other person(s) as detailed in para (8) above.

c. An undertaking by all the partners of the partnership firm shall be given that they have not been black listed or debarred by Railways or any other Ministry/ Department of the Govt of India, any State Govt from participation in tenders/ contact on the date of opening of bids either in their individual capacity or in any firm in which they were/are partners. Concealment/wrong information in regard to above shall make the contract liable for determination under clause 62 of General Conditions of Contract-1999.

14. Evaluation of eligibility of a partnership firm. Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfillment of the following conditions:

i. Technical eligibility criteria: The tenderer should satisfy either of the following criteria :- a. The partnership firm shall satisfy the full requirement of technical eligibility criteria

(defined in” Para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers”) in its own name and style;

OR b. In case the partnership firm does not fulfill the technical eligibility criteria in its own

name and style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in a different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria ( defined in “ para 2.3.2(a) (V) of special tender conditions and instructions for tenderers”) on the basis of his /her proportionate share in that proprietorship/partnership firm reduced further by his /her percentage share in the tendering firm.

ii. Financial eligibility criteria : The tenderer shall satisfy either of the following criteria:- a. The partnership firm shall satisfy the full requirements of the financial eligibility

criteria (as defined in “para 2.3.2(A)(VI) of special tender conditions and instructions for tenderers”) in its own name and style.

OR b. In case the partnership firm does not fulfill the financial eligibility criteria in its own name

and style, but one or more of its partners have executed a work/contract in the past either as sole proprietor or as partner in different firms, then the arithmetic sum of the contractual payments received by all the partners of the tendering firm, derived on the basis of their respective proportionate share in the such firms reduced further by their respective percentage share in the tendering firm, shall satisfy the full requirements of the financial eligibility criteria ( as defined in “para 2.3.2(A)(VI) of special tender conditions and instructions of tenderers”)

Page 50: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 50 of 54 Signature of DEN/ Sr. DEN-

Example on Evaluation of Technical & Finance Eligibility of Partnership Firm A tendering partnership firm “ABCD” has four constituent partners namely “A”, “B”, “C” & “D” with their respective shares as 40%,30%,20% & 10% but this firm has not executed any work in its own name and style. However, the constituent partners have executed the work in earlier partnership firm(s) or as proprietor as under:- i. Partnership firm “ABZ” having three partners namely “A”, “B” & “Z” with respective shares of 10%,20%

& 70%, has executed a work of value `10.00 crores earlier. ii. Partnership firm “CYX” having three partners namely “C”, “Y” & “X” with respective shares of 50%, 30%

& 20% has executed a work of value `5.00 crores earlier. iii. Sole proprietorship firm “P” having “D” as sole proprietor has executed a work of value ` 2.0 Crores

earlier.

The evaluation of technical and financial eligibility of tendering firm “ABCD” shall be done by taking proportionate share of credentials of partners A,B,C and D derived from their earlier partnership firms to be reduced further by their percentage share in the tendering firm as calculated in table below :-

1 2 3 4 5 Credentials of “A” &”B” derived from firm “ABZ” which has executed work of `10.0 cr.

Credentials of “C” derived from firm “CYX” firm which has executed work of `5.0 cr.

Credentials of “D” derived from Proprietorship firm “P” which has executed work of `2.0 cr.

Contribution of “A” “B”, “C” & “D” to credentials of tendering firm “ABCD”.

Partners

% share in firm “ABZ”

Proporti onate Credentials

% share in firm “CYX”

Proporti onate Creden tials

% share in firm “P”

Proportionate Credentials

% share in “ABCD”

Proportionate Contribution to “ABCD”

A 10% 10% of 10Cr = 1.0 Cr.

- - - - 40% 40% of 1Cr =0.4 Cr.

B 20% 20% of 10Cr = 2.0 Cr.

- - - - 30% 30% of 2 Cr =0.6 Cr.

C - - 50% 50% of 5Cr = 2.5 Cr

- - 20% 20% of 2.5Cr = 0.5 Cr.

D - - - - 100% 100% of 2 Cr= 2.0 Cr.

10% 10% of 2Cr = 0.20Cr.

Evaluation of Technical Eligibility:-

Any one of the partners of “ABCD” tendering firm viz A,B, C or D should satisfy the technical eligibility

criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced further by his percentage share in the tendering firm. As calculated in above table, the contribution of partners A,B,C, & D towards the credentials of tendering firm “ABCD will be taken as `. 0.40 cr., ` 0. 60 cr, ` 0.50 cr, ` 0. 20 cr respectively. Thus, in this example the firm “ABCD” is deemed to have executed one single work of maximum value of `.0.60 cr for the purpose of technical eligibility criteria. Evaluation of Financial Eligibility:-

The arithmetic sum of the contribution of all the partners of tendering firm “ABCD” derived on the basis of their respective proportionate share in the earlier partnership firms reduced further by their respective percentage share in the tendering firm, in this example will be taken as ` 1.70 Cr ( i.e. A+B+C+D = 0.40 +0.60 +0.50 +0.20 = 1.70 Cr ). Thus, in this example, the firm “ABCD” is deemed to have received contractual payments of ` 1.70 cr for the purpose of financial eligibility criteria.

***

Page 51: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 51 of 54 Signature of DEN/ Sr. DEN-

SPECIAL CONDITIONS RELATED TO SITE DATA & SPECIFICATIONS

Name of work:- _______________________________________________________ 1.0 Scope of work 2.0 Site location of the work 3.0 The work is required to be executed as per Northern Railway Standard Specifications 1987 and relevant IRS &

BIS codes and Manuals. The list of codes and manuals as given below, is by no means, exhaustive and any relevant codel or manual even if not mentioned in the list, will be applicable.

The design and Construction will be done in terms of IRS, IRC and IS Specifications.

(a) The specifications mentioned herein bid documents shall be prime governing. (b) Where there is conflict between IRS & IS Specifications, IRS Specifications shall prevail. (c) Where there is no provision of Specifications in IRS, the IRC conditions shall be referred to and followed. (d) The decision of DEN/Sr.DEN of the project shall be final and binding in the interpretation of the clause of

the codes of practice and specifications under the special conditions relating to site data and specifications of this tender and no claim whatsoever shall be entertained on this account by Railways.

(e) Apart from the basic data, specifications etc. all items of works shall be governed by the following codes as

revised/corrected/amended upto the time of submission of the tenders/ negotiated rates for acceptance. i) Northern Railway Engg.Deptt. standard schedule of rates 2010. ii) Northern Railway Engg.Deptt. standard specifications for materials and works 1987. iii) Northern Railway Engg.Deptt. General Conditions of Contract and regulations and instructions to tenderer/s and

Standard Form of Contract, 1999. iv) ……. (Other codes as applicable to the particular work). 4.0 Special conditions related to site data and technical specifications shall be given for particular works by

DEN/Sr.DEN.

Page 52: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 52 of 54 Signature of DEN/ Sr. DEN-

SUPPLY OF CEMENT

1.1 Ordinary Portland/ Pozzolana Cement grade 43 confirming to IS-1489 will be arranged by the

contractor at his own cost. Payment shall be made under relevant NS item. 1.2 supply for cement by contractor at the rate of relevant item will be governed by the following

conditions. 1.2.1 Cement for use in works, shall be procured by the contractor from the main producers or their

authorized dealers only . 1.2.2 Cement older than 3 months from the date of manufacture as marked opn the bags shall not be

accepted. Cement bags should bear the following marking :- i. Manufacturers name . ii.Regd. trade mark of manufacturer if any. Iii Type of cement. IV.

Weight of each bag in kg or no. of bags/tones. V. Date of manufacture generally marked as week of the year/year of manufacture.

1.2.3. Quality test certificate for cement as per IS 4031 shall be furnished by the contractor/s at his own cost from the mfg. Before used of cement.

1.2.4. Railway may also take sample during the course of execution of work and get the cement tested to ascertain its conformity to the relevant IS specifications at contractors cost before a particular lot is put to use. Frequency of testing shall be as prescribed by the relevant IS code. Following test interalia shall be carried out. I. Fineness. Ii. Compressive strength iii. Initial and final setting time. Iv Consistency . v Soundness.

1.2.5. In case samples tested do not pass quality tests conducted, the entire batch of cement supplied shall be rejected and returned to the contractor/s no payment will be made on this account.

1.2.6. For storage of cement, the contractor shall have to construct temporary Godowns at his own cost. The contractor shall bring the cement to the site of work on ly on written instructions from Gazetted officer/ in-charge of work it will be obligatory on the part of the contractor to get every consignment/ truck of cement weighted in the presence of inspector in-charge or his representative and supply the original copy of weight slip along with consignment. The inspector in-charge will verify the weight of cement brought to the site of work and return one verified weight slip to the contractor after the same is stacked inside the cement Godown under his supervision.

1.2.7. The record of cement brought to the site of work, daily consumption, daily opening balance and closing balance shall be maintained at the site jointly by the inspector in-charge of work and contrcontractor/s or his/their authorized representative./ For this purpose , 2 sets of registers duly reconciled and signed by the contractor/s and the inspector in-charge of work certifying the opening balance,. Consumption, closing balance should be maintained. One register each shall be kept in the custody of inspector in-charge of work and contractor or his authorized representative.

1.2.8. The contractor shall be the custodian of cement Godown and shall keep the Godown under his lock and key to ensure safe custody of cement. The contractor shall ensure that the cement once brought to the site and accounted shall be used at the site only and shall not be taken from site for any purpose.

1.2.9. The contractor shall make the cement Godown available for inspection any time along with connected record to the site Engineer or his representative as and when required.

1.2.10. Land for constructing the temporary cement Godown shall be handed over by the Railway on the written request of the contractor free of any rent, for construction period only.

1.2.11. the contractor shall ensure that after completion of the work and /or termination of the cement for any reason whatsoever, the temporary cement Godown shall be dismantled and all dismantled material/debries shall be removed and the clear site shall be handed over back to Railways. All the released material shall be the property of the contractor/s and no payment shall be made b y the Railway’s for dismantling leading the material etc. The final bill and earnest money shall not be released unless the Godown is dismantled and the site is cleared in all respects.

Page 53: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 53 of 54 Signature of DEN/ Sr. DEN-

1.3. Tolerance requirements for the mass of cement. 1.3.1. Cement supplied one time will be taken as forming one batch. The number of bags taken for sample

from each batch shall be as under :-

S.No. Batch Size Sample size 1 100 to 150 20 2. 151 to 280 32 3. 281 to 500 50 4. 501 to 1200 80 5. 1201 to 3200 125 6. 3201 and above 200

1.3.2. The number of bags in sample showing a minus error greater than 2 percent of the specified net mass (

50kg) shall be not more than 5 percent of bags in the sample .Also the minus error in one of such bags in the sample shall exceed 4 percent of the specified net mass of cement in the bags. In case, the minus error exceeds the percentages herein, the entire batch of cement samples shall be rejected.

1.3.3. The consumption of cement on works shall be assessed on the basis of cement contents per unit quantity for various items of works as per SOR-2010 of cement contents per unit quantity as per design in case of designed mix of cement concrete of specified strength . In case of designed mix of concrete of specified strength where the cement is to be used by weight where specifically ordered in the NS item rate or tender conditions, a variation of +1% ( max) will be allowed in the consumption of cement of works.

1.3.4. Stacking of cement in the Godown shall be done on a layer of wooden sleepers so as to avoid contact of cement bags with the floor, or alternatively scrap of sheets may be used in place of sleepers but these must be placed at least 20cm above the floor .The bags shall be stacked at least 50cm clear of the walls to prevent deterioration. The wooden sleepers/scrap GI sheet shall be arranged by the contractor/s at his /their own cost.

1.3.5. Cement shall be stored in such a manner as to permit easy access for proper inspection . Cement should be stacked not more than ten layers high to prevent bursting of bags in the bottom layers and formation of clods. The stacks of cement bags shall be covered with tarpaulin during monsoons so as to obviate the possibility of deterioration of cement by moisture in the atmosphere. Cement that is set or partially set is on no account to be used.

1.3.6. The cement brought to the site/Godown in excess of the requirement calculated based on the cement factors shall be taken back by the contractor/s on completion of the work after written approval from ADEN/SEN on proper documents.

1.3.7. Payment as per relevant NS items will be made on the basis of quantity of cement actually consumed and the quantity calculated as per cement factor for various items, whichever is less subject to recovery as per clause 11.3.8 below.

1.3.8. Cement actually consumed on works shall normally match the quantity calculated as eper cement factors for various items. If, it is discovered that the cement actually consumed at site is less than the quantity ascertained taking into consideration of the cement factors for various items by more 1%, the cost of the cement not so used (i.e. difference between the quantity of cement calculated as per cement factors and cement actually consumed ) shall be recovered at double the quoted rate from the contractor.

1.3.9. Empty cement bags will be the property of contractor. 1.40. When Portland pozzolana cement is used in plain & reinforcement concrete, it is to be ensured that

proper dmap curing of concrete at least for 14 days and supporting form work shall be removed till concrete attains at least 75% of the design strength.

Page 54: 1309245497580_770-W-169-WA _05-11-12_15

Zone no.5/2011-12/ADEN-ASR .

Signature of the tenderer/s Page 54 of 54 Signature of DEN/ Sr. DEN-

5.0 CONDITIONAL TENDERS

Conditional tenders are liable to be rejected straight away. Railways reserve the right to reject such tenders

summarily without assigning any reasons whatsoever.

For Divisional Railway Manager, Northern Railway, Firozpur Cantt (Punjab)

For and on behalf of the President of India

I/We agree to abide by the terms and conditions mentioned at page 1 to ______ in all as well as general conditions of contract, 1999, standard specifications for materials and works, 1987 and the standard schedule of rates, 2010 of the Northern Railway to the extent the latter three books are applicable.

Signature of the Tenderer/s Address ……………………………………………………….. ..............................................................................

END OF TENDER DOCUMENT (LAST PAGE)